36C78624Q50376 l CND SHRED BPA -- S205
ID: QSE--36C78624Q50376Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

All Other Support Services (561990)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for shredding services at various National Cemetery Administration locations, specifically targeting secure document destruction. The procurement requires contractors to provide mobile shredding services, maintain shredding containers, and ensure compliance with federal regulations, including the provision of Certificates of Destruction. This initiative is crucial for safeguarding sensitive information and adhering to privacy laws, reflecting the government's commitment to data security. Interested contractors must submit their proposals by March 3, 2025, and can direct inquiries to Ralph Crum at ralph.crum@va.gov for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) released VA Notice 24-12 on April 22, 2024, amending the VA Handbook 6500.6 to update security language in Appendix C regarding Information and Information System Security and Privacy language required for contracts. This notice aims to ensure that all contractors comply with federal laws and VA directives concerning information security and privacy. Key provisions include requirements for data rights, information handling, encryption, audit rights, and incident reporting. Contractors must adhere to rigorous security protocols, including immediate reports of security incidents, regular training, and the destruction of sensitive data according to federal guidelines. Additionally, contractors must use approved cryptographic methods and adhere to stringent patching and vulnerability management processes. The updates emphasize the importance of safeguarding Veterans’ information through compliance with updated regulations and maintaining robust security measures throughout contract fulfillment. This initiative reflects the VA's commitment to protecting sensitive data and ensuring compliance with evolving cybersecurity standards.
    This document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for shredding services at various National Cemetery locations. The contract involves establishing Blanket Purchase Agreements (BPAs) for document destruction, specifically targeting secure on-site shredding of classified documents, primarily in 65-gallon and 95-gallon containers. Key points include requirements for mobile shredding, compliance with federal regulations, and the mandate for contractor personnel to be bonded and insured. The work scope specifies that document destruction must be witnessed by a federal employee, with the contractor responsible for providing certificates of destruction monthly. Additional provisions involve the operational hours during which services will be delivered, quality control measures, and cancellation procedures allowing either party to terminate the agreement with prior notice. The document requires adherence to privacy regulations, notably the Privacy Act and HIPAA, ensuring sensitive information's protection during disposal. The overarching goal of this RFP is to enhance the security and processing of sensitive documents, following standardized procedures to safeguard private information while ensuring compliance with governmental practices and oversight involving qualified small businesses, particularly service-disabled veteran-owned entities.
    The Blanket Purchase Agreement (BPA) establishes terms and conditions governing orders made under the agreement for a period of five years, unless terminated earlier. It is managed under the Federal Acquisition Regulation (FAR), specifically FAR 13.303. The government is only obligated for expenses incurred for authorized orders placed against this BPA, with no guaranteed minimum awards. Authorized contracting officers can place orders, with a total value capped at $200,000. Orders below the simplified acquisition threshold may not require competitive quotes, while those exceeding it will utilize a solicitation process. A quarterly report on purchases will be submitted to the National Cemetery Administration contracting officer, detailing usage, pricing, and cost savings. Invoices must be itemized and accompanied by specific information, such as contract details and taxpayer identification. Either party may terminate the agreement with 30 days' notice. For invoicing, contractors will utilize the Tungsten network, ensuring compliance with required information for timely payments. This document outlines the administrative structure, responsibilities, and operational procedures, ensuring clarity and accountability in transactions connected to the BPA.
    The document outlines a government Request for Proposal (RFP) for shredding services, detailing specific requirements for the procurement of secure shredding containers across various locations. It specifies a total of 36 containers in various sizes, including 65-gallon and 95-gallon options, to be distributed among specific sites such as Biloxi, Fayetteville, and Fort Sam Houston. The containers are to facilitate the collection and shredding of sensitive documents, underscoring the importance of secure disposal in compliance with privacy regulations. The procurement process includes multiple base and option periods, with service availability extending from October 3, 2024, to October 2, 2029. Pricing details remain unspecified, indicating that financial proposals are part of the upcoming bidding phase. The structured layout helps potential bidders identify their obligations and deadlines associated with the service provision. This procurement is essential for ensuring legal compliance and safeguarding sensitive information handled by federal and local governmental agencies.
    The document outlines a government Request for Proposal (RFP) for shredding services across multiple locations, specifying the provision of 65-gallon and 95-gallon containers. It includes various installations in cities such as Biloxi, Fayetteville, Fort Gibson, and Houston, with an identical quantity of 12 expected for each site. The proposal includes established timeframes for performance, commencing on November 1, 2024, and spanning several years, with option periods for future extensions extending to October 31, 2029. Each provider will be required to deliver services that meet standard operational guidelines, emphasizing compliance with waste disposal regulations. The structure indicates a systematic approach, listing specific sites and container sizes, highlighting the significant volume of shredding service required. The purpose is efficient waste management and adherence to security protocols concerning sensitive documents, indicating the government’s commitment to responsible data handling.
    This document serves as an addendum to FAR 52.212-1 and outlines the instructions for Offerors responding to a competitive solicitation by the government. Key points include a detailed emphasis on the necessity for completeness and compliance in proposal submissions, with incomplete offerings potentially disqualified. The process highlights that contracts will be awarded based on the lowest price of technically acceptable bids. Offerors must stick to strict submission guidelines, including submission deadlines and requirements to confirm understanding of the work involved, past performance verification, and adherence to specific destruction protocols in line with NIST guidelines. A post-award conference is mandated for successful Offerors to ensure they are well-informed about the contract execution process. For questions and clarifications, the designated point of contact is Ralph Crum, ensuring clear communication. The evaluation process is explicitly laid out, focusing first on price determination, followed by validation of technical acceptability through specified factors. The overall purpose of the document is to guide Offerors in developing compliant proposals for government contracts while ensuring clear evaluation standards are met.
    This document serves as an addendum to FAR 52.212-1, outlining the submission instructions and evaluation criteria for a federal procurement solicitation. Offerors must ensure their proposals include all required information, comply with solicitation requirements, and submit a complete package by the deadline of September 16 at 3:00 PM CST. The evaluation will be competitive, utilizing the Lowest Priced Offeror approach, and the award will be based on technical acceptability and adherence to specific requirements. Key elements include confirming understanding of the statement of work, adhering to document shredding standards, and providing a Certificate of Destruction, all of which must be substantiated on one-page confirmations. The evaluation process will follow an ascending order of bids until a suitable proposal is identified. Communication for clarifications must be directed to the designated Contracting Officer. This document emphasizes the necessity of meticulous compliance with submission protocols to avoid disqualification from consideration, reflecting the critical importance of adherence in federal procurement processes. The overall aim is to ensure that the awarded contract meets the required standards while being competitively priced.
    The document serves as a Wage Determination under the U.S. Department of Labor's Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in Arkansas, specifically in Benton, Madison, and Washington counties. Key provisions state that contracts awarded or extended after January 30, 2022, require payment of at least $17.20 per hour under Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour. The document details specific hourly rates for a wide range of job classifications and notes additional benefits such as health and welfare provisions, vacation, and holiday compensation. It emphasizes the obligation for employers to provide sick leave in accordance with Executive Order 13706 and mandates adherence to wage standards. Additionally, the conformance process for unlisted job titles ensures proper wage classification. Overall, this document aims to enforce fair compensation standards for contracted services, promoting employee protections across government contracts.
    The document outlines the Wage Determination under the Service Contract Act (SCA), issued by the U.S. Department of Labor, specifically for Arkansas counties of Crawford and Sebastian. It stipulates required minimum wage rates for various occupations, contingent upon the contract's initiation or renewal date, in line with Executive Orders 14026 and 13658. For contracts signed post-January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a rate of $12.90 per hour. The document also specifies fringe benefits, such as health and welfare stipulations and paid sick leave, particularly under EO 13706. A detailed list of occupations with corresponding wage rates ensures compliance for contractors. Additionally, processes for requesting classifications and wage rates for new employee types are established, highlighting necessary steps for compliance with federal labor standards. This detailed guide exemplifies the government's emphasis on fair wages and employee protection for service contracts, essential for RFPs and grant administration.
    The document details the Wage Determination No. 2015-5147 under the Service Contract Act by the U.S. Department of Labor, providing wage and fringe benefit requirements for federal contracts in specific Mississippi counties. Key information includes minimum wage rates, which are tied to recent Executive Orders mandating higher pay for covered workers, depending on the contract's date and renewal status. For contracts post-January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document outlines job classifications, their respective wage rates, fringe benefits, sick leave policies under Executive Order 13706, and specific conditions for workers categorized under hazardous pay differentials. The information serves as a guide for contractors, ensuring compliance with federal labor regulations pertaining to minimum wage and employee benefits on service contracts. This document is instrumental for government contracts, facilitating fair labor practices and adherence to statutory requirements in various employment sectors within federal contractor services.
    The document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically referencing Wage Determination No. 2015-5173, Revision No. 29. It establishes minimum wage rates and fringe benefits for various occupations in Mississippi for contracts effective from January 30, 2022, and beyond. Contracts initiated or renewed post this date must comply with Executive Order 14026, setting a minimum wage of at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90. The document also details specific wage rates for numerous job classifications across various sectors, including administrative support, healthcare, and technical occupations. Moreover, it stipulates paid sick leave requirements for federal contractors under Executive Order 13706 and outlines health and welfare benefits. Emphasis is placed on compliance with compensation regulations, including the conformance process for any unlisted job classifications under the contract. This framework highlights the government's intent to ensure fair wages and employee protections for contractors within its service.
    The document outlines Wage Determination No. 2015-5177 issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates and fringe benefits for contractors in specific Louisiana parishes. It specifies that contracts in effect on or after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, which sets a minimum of $12.90 per hour. Additionally, it enumerates various occupations with assigned wage rates, fringe benefits, and obligations regarding paid sick leave per Executive Order 13706. The document also addresses requirements for uniform allowances, hazardous pay differentials, and the conformance process for unlisted job classifications. This guidance ensures compliance and proper compensation for labor under federal contracts, reflecting the government's commitment to worker protection while executing numerous government contracts at the state and local level.
    This document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing the minimum wage and fringe benefit requirements for service contracts in Texas. It indicates that contracts awarded after January 30, 2022, fall under Executive Order 14026, requiring a minimum wage of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658 with a minimum wage of $12.90 per hour. The document provides specific wage rates for various occupations, listing detailed hourly pay rates for roles ranging from clerical positions to skilled labor across different sectors, emphasizing the requirement for fringe benefits like health and welfare compensation, vacation, and holiday pay. Additionally, it notes that all labor must comply with regulations regarding paid sick leave as per Executive Order 13706. This file serves as a critical guideline for compliance with federal wage standards in contract work, ensuring fair compensation for workers across specified Texas counties.
    The document outlines wage determinations under the Service Contract Act, particularly focusing on wage rates applicable for contracts in Texas counties of El Paso and Hudspeth. It specifies that contracts initiated or renewed after January 30, 2022, must adhere to a minimum wage of $17.20 per hour due to Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a lower threshold of $12.90 per hour under Executive Order 13658. The file enumerates various occupational classifications along with their corresponding wage rates and fringe benefits, including health, welfare, and paid leave. Furthermore, the document emphasizes compliance for contractors, including potential adjustments for classifications not listed in the wage determination through a formal conformance process. Additional requirements under Executive Order 13706, regarding providing paid sick leave, are also highlighted. The comprehensive listing serves to ensure appropriate compensation and worker protections for employees involved in federal contracts, reinforcing the government’s commitment to fair wage practices.
    This document is a Wage Determination Report from the U.S. Department of Labor regarding the Service Contract Act, detailing minimum wage rates for various occupations in Texas. The report specifies that contracts entered into or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour in 2024. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour. The document provides a comprehensive list of occupations alongside their respective wage rates and highlights the importance of compliance with associated worker protections, including annual adjustments to wage rates. Fringe benefits, covering health and welfare provisions, vacation, and holidays, are also detailed. The report underscores that compliance with Executive Orders on paid sick leave is mandatory for all qualifying contractors. Specific procedures for classifying unlisted job roles are provided, including a detailed conformance process to ensure appropriate wage compensation for all employees under the contract. This document is essential for federal contractors to understand their wage obligations under government contracts and the necessity of proper classification of service employees.
    The document presents Wage Determination No. 2015-5253, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for various occupations in designated Texas counties. Effective from January 30, 2022, contracts under Executive Order 14026 require a minimum wage of $17.20/hour, reflecting annual adjustments. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90/hour. The wage determination includes hourly rates for numerous job classifications ranging from administrative support to technical occupations and outlines fringe benefits, holiday entitlements, and paid sick leave provisions in accordance with federal regulations. Additionally, it highlights the conformance process for unlisted job classifications and the importance of compliance with occupational safety regulations, emphasizing the federal commitment to fair labor practices. This document serves as a guideline for contractors working with federal contracts, ensuring adherence to wage and labor laws.
    The document outlines Wage Determination No. 2015-5313, released by the U.S. Department of Labor's Wage and Hour Division, establishing minimum wage rates for contracts under the Service Contract Act. It specifies that for contracts initiated or renewed after January 30, 2022, workers must be compensated at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the wage minimum is $12.90 per hour. The document further details specific wage rates for various occupations, categorized under administrative, automotive, health, and technical fields, among others. Additionally, it mentions fringe benefits, including health and welfare payments, vacations, and holidays, which contractors must provide. The document emphasizes compliance with Executive Orders concerning minimum wage and paid sick leave for federal contractors. This wage determination plays a crucial role in standardizing pay within federal contracts and ensuring fair labor practices, particularly in Oklahoma County as specified. The document serves as a guideline for contractors regarding wage obligations and employee benefits in public service contracts, contributing to transparency and equitable treatment in government employment.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, establishing minimum wage rates for employees working on federal service contracts in Oklahoma. It specifies applicable wage rates based on the contract date and the relevant Executive Orders regarding minimum wages, notably Executive Order 14026, which mandates a $17.20 hourly wage for contracts entered into after January 30, 2022. The file details various occupations, their respective codes, titles, and minimum hourly wage rates, as well as fringe benefits required. Additionally, it outlines requirements for health and welfare benefits, vacation, paid sick leave, and holiday pay. The document also includes a specific conformance process for jobs not listed in the determination, ensuring appropriate wage rates are established for those roles. Overall, this wage determination serves to enforce employee rights, ensuring fair compensation and adherence to the regulatory framework governing federal contracts, thus supporting compliance in government contracting processes.
    The document outlines wage determinations under the Service Contract Act (SCA), specifically Wage Determination No. 2015-5419 for Colorado. It establishes minimum wage rates based on federal Executive Orders, mandating contractors to pay specific hourly rates for various occupations based on contract dates. For contracts beginning or renewed after January 30, 2022, the applicable minimum wage is $17.20 per hour; prior contracts pay $12.90 per hour. The document also details occupation codes, titles, and associated wage rates for various job classifications within the administrative, automotive, healthcare, and technical sectors, among others. Additionally, it specifies fringe benefits—including health and welfare, vacation, and holiday pay—that contractors must provide. Notably, it introduces provisions on paid sick leave and protections for workers. The conformance process for unlisted classifications is presented, detailing the steps for determining appropriate wages for new job titles. Overall, this document serves as a comprehensive wage guideline for federal contracts, ensuring fair compensation for service employees in accordance with federal regulations and labor standards.
    The Statement of Work for Document Destruction-Shredding Services outlines the requirements for a contractor to provide secure document shredding at various Continental District NCA locations. The contract mandates on-site shredding using mobile shredding vehicles, overseen by a federal employee, with compliance to federal and state regulations. Contractors must provide and maintain shredding containers, ensure the documents are shredded according to NIST specifications, and furnish monthly Certificates of Destruction. The contractor is responsible for adhering to privacy laws, including HIPAA, and must provide prompt documentation of destruction activities. The contract emphasizes quality assurance, physical security, and the necessity for contractor personnel to comply with VA regulations and security protocols. Overall, this project is pivotal for maintaining confidentiality and proper destruction of sensitive information, reflecting the government’s commitment to data security and regulatory compliance.
    The document is an amendment for a solicitation by the National Cemetery Administration (NCA) under the Department of Veterans Affairs concerning a Basic Ordering Agreement (BPA) for shredding services at CND cemeteries. The primary purpose of Amendment 0002 is to change the contract's set-aside designation to small business and extend the deadline for submitting quotes to October 22, 2024. The amendment outlines detailed instructions for offerors, emphasizing the need for complete proposals to ensure technical acceptability based on specified criteria, including compliance with shredding guidelines and provision of a "Certificate of Destruction." The evaluation process will focus on the lowest price with acceptable technical specifications, ensuring all proposals are submitted by the new deadline to remain eligible. The document also highlights communication channels with the Contracting Officer, Ralph Crum, and provides guidance on submitting proposals electronically. This RFP process is reflective of the government's efforts to maintain competitive solicitations while fostering small business participation and adhering to strict technical requirements in contract execution.
    This government document is an amendment to solicitation 36C78624Q50376, issued by the National Cemetery Administration under the Department of Veterans Affairs. The amendment, effective October 8, 2024, updates the solicitation to designate the project as a small business set-aside and extends the deadline for quote submissions to October 22, 2024. The solicitation seeks offers for shredding services at CND cemeteries, with comprehensive instructions provided for offerors on proposal requirements and evaluation criteria. The evaluation will be conducted based on pricing and technical acceptability, with the intent to award the contract to the lowest priced offeror that meets the criteria established. Offerors must demonstrate compliance with specific factors, including cost transparency, operational capacity for mobile shredding, the provision of a Certificate of Destruction, and adherence to shredding standards as defined by NIST guidelines. The document emphasizes the importance of submitting complete proposals and outlines communication protocols for clarifications and submissions, reflecting standard procedures in federal procurement processes. Overall, this amendment facilitates the procurement of essential services while adhering to regulations and ensuring fair competition among bidders.
    This document serves as an amendment to solicitation number 36C78624Q50376, issued by the National Cemetery Administration under the Department of Veterans Affairs. The primary purpose is to establish Blanket Purchase Agreements (BPA) for shredding services at specific cemeteries. Amendment number 0004, effective from February 26, 2025, addresses vendor inquiries and modifies the solicitation date from February 17 to February 26, 2025. The deadline for quotes remains set for March 3, 2025. Furthermore, the amendment ensures that all previously stated terms and conditions are maintained, although items for documents or attachments have been updated to reflect the latest requirements. The document is signed by contracting officer Ralph Crum, asserting that acknowledgment of the amendment by contractors is necessary for the validity of their offers. This amendment highlights the commitment of the Department of Veterans Affairs to solicit appropriate services while maintaining transparency with potential contractors.
    Similar Opportunities
    DOCUMENT DESTRUCTION-SHREDDING SERVICES CONTINENTAL DISTRICT - NCA -- S205
    Buyer not available
    The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking proposals for document destruction and shredding services across multiple cemeteries in the Continental District. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to establish Blanket Purchase Agreements (BPAs) to ensure secure and compliant disposal of sensitive documents. The services are crucial for maintaining confidentiality and regulatory compliance within the agency's operations. Interested vendors must submit their quotes by March 3, 2025, with inquiries directed to Ralph Crum at ralph.crum@va.gov.
    R614--SHREDDING SERVICES - Base +4 | POP (04/01/2024 - 09/30/2029) **SAM RFQ CANCELED, ACTION IS ALSO ON GSA eBUY**
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for shredding services at the Southern Arizona VA Healthcare System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract will cover secure, on-site destruction of sensitive documents from April 1, 2024, to September 30, 2029, ensuring compliance with NIST and HIPAA standards while maintaining high-security protocols. This procurement is crucial for safeguarding personal health information and ensuring operational efficiency across various VA facilities. Interested contractors must submit their bids by March 7, 2025, and can contact Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov or 602-795-4170 for further details.
    R614--Document Destruction -CI Base +4 POP: 08-01-2025 to 07-31-2026
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide document destruction services at the Central Iowa VA Health Care System in Des Moines, Iowa. The contract involves the destruction of approximately 290,000 pounds of sensitive paper records annually, ensuring compliance with VA Directive 6371 and the proper disposal of personally identifiable information (PII). This service is critical for maintaining the confidentiality and security of sensitive information, and contractors must adhere to strict security measures, including providing certificates of destruction and implementing a reliable chain of custody. Interested parties are required to respond by March 5, 2025, with details regarding their socio-economic classifications under NAICS 561990. For further inquiries, contractors can contact Contract Specialist Marie Weathers at marie.weathers@va.gov or by phone at 605-347-2511.
    Synopsis for Shredding Services at William Beaumont Army Medical Center (WBAMC)
    Buyer not available
    The Department of Defense is seeking a contractor to provide shredding services at the William Beaumont Army Medical Center (WBAMC) located in Fort Bliss, Texas. The procurement includes on-site shredding of sensitive documents, destruction of approximately 300 hard drives monthly, and management of collection from designated areas, all while adhering to stringent regulatory standards and non-personal service principles. This contract is crucial for maintaining the confidentiality and security of sensitive information, with a performance period of one base year and four optional extensions. Interested contractors can reach out to Zachariah Fierro at zachariah.fierro.civ@army.mil or by phone at 915-568-0694 for further details.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.
    S222--Responses to Questions (BIO-WASTE AND SHARPS DISPOSAL SERVICE BASE+4)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for a comprehensive bio-waste and sharps disposal service contract for the Central Texas Veterans Healthcare System, as outlined in solicitation number 36C25725Q0154. The contract will cover a base year from April 1, 2025, to March 31, 2026, with four optional one-year renewals, and will require the contractor to manage the collection, recycling, and final disposal of regulated medical waste and sharps across various VA facilities in Texas, ensuring compliance with environmental regulations. This service is critical for maintaining public health and safety standards in healthcare settings, emphasizing the importance of proper waste management practices. Interested parties must submit their proposals by March 5, 2025, at 09:00 Central Time, and can contact Senior Contract Specialist Shawn R Reinhart at Shawn.Reinhart@va.gov or (254) 899-6033 for further information.
    S222--Sharps Maintenance & Removal, MA, 36C255-25-AP-0009, 657-25-1-2098-0002 (VA-25-00012289)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the maintenance and removal of sharps containers at the VA Medical Center in Marion, Illinois. The procurement aims to ensure compliance with federal and state standards by providing reusable, puncture-proof, and leak-proof sharps containers, along with necessary training for medical center staff and regular maintenance services. This initiative is crucial for effective medical waste management across approximately 350 locations within the facility, enhancing safety and operational efficiency. Interested parties must respond to the Request for Information by March 4, 2025, and can contact Contract Specialist George Johnson at george.johnson9@va.gov or by phone at 913-946-1988 for further details.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a contract focused on Pharmaceutical Waste Removal services for the Marion VA Medical Center in Illinois and the Evansville Health Care Center in Indiana. This procurement will be structured as a firm fixed price contract, encompassing a base period and four option years, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 562211, which pertains to Hazardous Waste Treatment and Disposal. The contract aims to ensure compliance with regulations regarding pharmaceutical waste management while supporting veteran-owned businesses. Interested bidders must be registered and active in the System for Award Management (SAM) and can expect the solicitation to be available electronically on the Contract Opportunities website around February 18, 2025, with a response deadline set for March 5, 2025, at 11:00 am Central Time. For further inquiries, potential bidders may contact Lisa A. Buchanan, Contract Specialist, at Lisa.Buchanan1@va.gov or by phone at 913-946-1990.
    S222--Regulated Medical Waste and Reusable Sharps Removal-630 NYH (VA-25-00009117)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for regulated medical waste (RMW) removal and disposal services across various campuses of the New York Harbor Healthcare System. The procurement requires contractors to collect, transport, and dispose of RMW, including sharps and pharmaceutical waste, in compliance with all applicable federal, state, and local regulations, while ensuring proper waste containment and adherence to safety protocols. This contract, valued at approximately $47 million, emphasizes the importance of environmental compliance and safe handling of hazardous materials, with service frequency varying by location to accommodate regular pickups from medical facilities and outpatient clinics. Interested parties should contact Contracting Officer Michelle Harsch at michelle.harsch@va.gov for further details.
    Roll-off Waste Container Removal Services - Birmingham VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide roll-off waste container removal services at the Birmingham VA Medical Center in Alabama. The contract requires the contractor to furnish equipment and labor for bi-weekly pickup of construction waste containers, while ensuring compliance with relevant regulations; however, hazardous and household waste removal are excluded from this scope. This procurement is crucial for maintaining efficient waste management practices at the facility and supports the VA's commitment to engaging service-disabled veteran-owned small businesses (SDVOSBs). The total award amount is approximately $47 million, with the base contract lasting one year and four potential one-year options, starting on September 30, 2025. Interested parties should contact Michael Barton at Michael.barton@va.gov for further details.