8145--HAZARDOUS WASTE STORAGE UNIT RFQ AMEND 1
ID: 36C24526Q0052Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified vendors for the procurement and delivery of a fully assembled outdoor hazardous waste storage building for the Louis A. Johnson VAMC in Clarksburg, West Virginia. The building must meet specific technical requirements, including a maximum size of 112 square feet, a 393-gallon sump capacity, explosion-proof features, and a 4-hour fire-rated structure, among other safety specifications. This procurement is crucial for ensuring safe and compliant storage of hazardous materials, reflecting the VA's commitment to environmental safety and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotes by November 3, 2025, at 12 PM EST, to the designated contact, Stephanie Henderson, via email at stephanie.henderson3@va.gov.

    Point(s) of Contact
    stephanie.henderson3@va.govstephanie.henderson3@va.gov
    stephanie.henderson3@va.gov
    stephanie.henderson3@va.gov
    Files
    Title
    Posted
    This government solicitation (RFQ #36C24526Q0052) from the Department of Veterans Affairs seeks a fully assembled, outdoor hazardous waste storage building for the Louis A. Johnson VAMC in Clarksburg, WV. The contract is a Firm Fixed Price type with a 200-day delivery and offload period. Key technical requirements include specific dimensions (no larger than 112 sq ft), a 4-hour fire rating for walls and 3 hours for the roof, a 393-gallon sump capacity, explosion-proof air conditioning and exhaust systems, LED lighting, ABC dry chemical fire suppression, and R11 insulation. The building must also include shelving, an adjustable vent, a perforated steel ramp, and full-length movable metal grading with spill containment. Vendors must provide a technical plan, product specifications, warranty information, and proof of being an authorized dealer. Evaluation factors include technical compliance, past performance (two relevant references within two years), implementation plan, and price. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, requires adherence to Buy American—Supplies regulations, and specifies electronic invoice submission.
    The Department of Veterans Affairs (VA) is issuing a Combined Synopsis/Solicitation Notice (RFQ #36C24526Q0052) for a Hazardous Waste Storage Building. The VA seeks a vendor to provide and deliver a fully assembled outdoor hazardous storage building that meets VA Statement of Work (SOW) requirements within 200 days of the contract award. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 332311 and PSC 8145. Responses are due by October 29, 2025, at 12 PM Eastern Time, New York, USA. The solicitation emphasizes adherence to the SOW for requirements and evaluation factors, and incomplete responses will be considered non-compliant. A key component is the "Buy American Certificate," requiring offerors to certify that end products are domestic, with provisions for listing foreign end products and those containing critical components. The contracting office is the Department of Veterans Affairs, Clarksburg VAMC, and the point of contact is stephanie.henderson3@va.gov.
    This document is Amendment 1 to Solicitation 36C24526Q0052 for a Hazardous Waste Storage Unit, issued by the Department of Veterans Affairs, Clarksburg VAMC. The amendment addresses vendor questions and extends the RFQ close date to November 3, 2025, at 12 PM EST. Key clarifications include that the VA does not require fire suppression installation at delivery but will be responsible for anchoring and power hook-up. The vendor will be required to offload the unit, and the VA will provide site pictures. The amendment also includes the "Buy American Certificate" provision (FAR 52.225-2), outlining requirements for domestic end products and critical components.
    This government solicitation, 36C24526Q0052, from the Department of Veterans Affairs, Clarksburg VAMC, is for the procurement and destination delivery of a fully assembled outdoor Hazardous Waste Storage Building within 200 days of contract award. The solicitation outlines specific technical requirements, including size, fire rating, sump capacity, electrical components, explosion-proof features, shelving, and ramp specifications. It is a total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses. Evaluation factors include technical compliance, past performance (two relevant references within the last two years), implementation plan (including a qualified certified installer for fire suppression activation within 10 days of delivery), and price. Vendors must submit quotes in PDF/XLS format via email to Stephanie.Henderson3@va.gov by the due date, listing the RFQ number in the subject line. The contract type is Firm Fixed Price, and payment will be made electronically upon acceptance of goods.
    The document outlines the requirements for an outdoor hazardous waste storage building, detailing specific features such as dimensions no larger than 112 square feet, a 393-gallon sump capacity, and R11 insulation. Key safety specifications include an explosion-proof exhaust system, emergency shut-off, LED lighting, and a 4-hour fire-rated structure. Electrical requirements specify a 100A load center. The building must also include an explosion-proof air conditioner, an ABC dry chemical fire suppression system, 14-inch shelves, a perforated steel ramp, and movable metal grading with spill containment. Delivery to a VA site pad is required within 200 days. The vendor must provide a manufacturer letter of authorization, destination delivery date, and details on their solution, including model name/number, place of manufacture, and price.
    This government solicitation outlines requirements for an outdoor hazardous waste storage building. Key specifications include a maximum size of 112 square feet, a 393-gallon sump capacity, R11 insulation, and a grounding kit. The building must feature an explosion-proof exhaust system with an emergency shut-off, LED lighting, and adjustable vents, all compliant with Class 1 Division 2 standards. It requires a 60"W x 80"H double staff entry door and must be 4-hour fire-rated for walls and 3-hour fire-rated for the roof, both FM approved. Electrical components include a 100A main breaker load center and an explosion-proof air conditioner (15,700 Btu). A dry chemical fire suppression system with an audible alarm is mandatory, along with 14"W shelves, a 52"W x 72"L perforated steel ramp, and full-length movable metal grading with spill containment. Delivery is required within 200 days to a loading dock. Vendors must provide the model name/number, place of manufacture, and price for their solution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for hazardous waste treatment and disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement requires comprehensive services for the removal and disposal of various waste types, including hazardous, non-hazardous, and universal wastes, in compliance with federal and state regulations. This contract is critical for maintaining safety and environmental standards within the VA facilities, ensuring proper waste management practices are upheld. Interested vendors must submit their quotes, including a completed pricing schedule, by the specified deadline, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000. For further inquiries, contact Contracting Officer Morgan Stein at Morgan.Stein@va.gov.
    Waste Disposal Services at Ft. Sill National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide DEA Hazardous Drug Waste Removal and Disposal services for the Eastern Colorado VA Health Care System. The procurement involves comprehensive management of hazardous pharmaceutical waste, including the provision of secured containers, installation, removal, packaging, shipping, and incineration, all in compliance with federal, state, and local regulations. This service is critical for maintaining safety and regulatory compliance in the handling of controlled substances within the VA healthcare facilities. Offers are due by December 10, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further details.
    4210--FIRE EXTINGUISHER- REPLACEMENT AND INSTALLATION
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting bids for the replacement and installation of fire extinguishers at the Hampton VA Medical Center in Virginia. The project involves providing and installing various types of fire extinguishers, including 10 ABC, 5 ABC, and 2.5 non-magnetic de-ionized water extinguishers, along with necessary installation services, bar code labeling, inspection tags, safety seals, and database updates to ensure compliance with safety regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the safety measures within the facility. Quotes are due by December 10, 2025, at 11 AM EST, and interested vendors should submit their proposals via email to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The contract requires the contractor to perform weekly collections of various types of medical waste from the hospital and monthly collections from six CBOCs, utilizing reusable, leak-proof containers and ensuring compliance with all relevant federal, state, and local regulations regarding waste handling and disposal. This procurement is critical for maintaining health and safety standards in medical waste management, with a minimum guarantee of $1,000 and a ceiling of $1,500,000 over the contract period. Interested parties must submit their offers by December 16, 2025, and a site visit is scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a trash and waste removal contract at the Culpeper National Cemetery in Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the rental and on-call pickup of 30 cubic yard roll-off containers and 6 cubic yard front-load containers, with a performance period starting from October 15, 2025, and extending through four optional one-year periods. The services are critical for maintaining the cleanliness and operational efficiency of the cemetery, ensuring a respectful environment for visitors and staff. Interested contractors must submit their quotes by December 12, 2025, at 4 PM ET, and can direct inquiries to Contracting Officer Marshand Boone at marshand.boone@va.gov.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.