S222--Regulated Medical Waste Services
ID: 36C26326Q0141Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Regulated Medical Waste Services for the St. Cloud VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The contract will cover the collection, transport, treatment, and disposal of various types of medical waste, including infectious waste and sharps, with a base period of one year and four optional one-year extensions, running from January 1, 2026, to December 31, 2030. This procurement is crucial for maintaining compliance with health and safety regulations while ensuring the proper handling of hazardous materials. Interested small businesses must submit their quotes by December 5, 2025, and direct any technical questions to Contract Specialist Arielle Lifto at arielle.lifto@va.gov by November 28, 2025.

    Point(s) of Contact
    Arielle LiftoContract Specialist
    (651) 293-3031
    arielle.lifto@va.gov
    Files
    Title
    Posted
    This Combined Synopsis/Solicitation Notice (Number 36C26326Q0141) is a Request for Quotes (RFQ) for Regulated Medical Waste Services for the St. Cloud VA Health Care System. It is a total set-aside for Small Businesses, with a NAICS code of 562211 and a size standard of $47 million. The Department of Veterans Affairs anticipates awarding one firm fixed-price contract. Prospective offerors must be registered in SAM.gov. Technical questions are due by November 28, 2025, at 10:00 AM CST, and quotes are due by December 5, 2025, at 10:00 AM CST. All correspondence and submissions should be emailed to Contract Specialist Arielle Lifto at arielle.lifto@va.gov. Various FAR provisions and clauses apply, as detailed in the attached solicitation documentation.
    This government file, Wage Determination No.: 2015-4953 Revision No.: 24, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contracts in Benton and Stearns Counties, Minnesota. It details minimum wage requirements under Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour), depending on the contract award date. The document lists numerous occupational classifications across various sectors, specifying hourly rates for each. It also outlines fringe benefits, including health and welfare (with different rates for EO 13706-covered contracts), vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted job classifications is also detailed, ensuring appropriate wage and benefit determination for all service employees.
    This government wage determination (No. 2015-4955, Revision No. 26, dated 07/22/2024) outlines minimum wage rates and fringe benefits for service contract employees in specific Minnesota counties. It details hourly wages for various occupations, including administrative, automotive, health, and technical roles. The document highlights the applicability of Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour) for contracts awarded or renewed on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively. It also specifies fringe benefits such as health and welfare, vacation, and twelve paid holidays annually. Special provisions include paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. Procedures for conforming unlisted job classifications and wage rates using Standard Form 1444 are also provided.
    This government file, Wage Determination No. 2015-4957, Revision No. 26, outlines the minimum wage rates and fringe benefits for service contract employees in specific Minnesota counties (Douglas, Grant, Morrison, Pope, Stevens, Todd, Traverse). It details hourly wage rates for various occupations across numerous categories, including administrative, automotive, food service, health, IT, and maintenance. The document also specifies compliance with Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour) for applicable contracts, with annual adjustments. Additionally, it mandates paid sick leave under Executive Order 13706 and outlines benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions for computer employees, air traffic controllers, and hazardous pay differentials are included. The conformance process for unlisted occupations is also detailed.
    This Wage Determination (No. 2015-4963, Revision No. 27, dated 07/22/2024) outlines minimum wage rates and fringe benefits for service contract employees in specific Minnesota counties. It details minimum wage requirements under Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour), depending on the contract award date. The document lists numerous occupations with corresponding hourly rates, categorized by industry (e.g., Administrative Support, Automotive Service, Health, IT, Mechanics). It also specifies fringe benefits including health and welfare ($5.36/hour or $4.93/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications, ensuring fair compensation and compliance with the Service Contract Act.
    The Department of Veterans Affairs (VA) is soliciting proposals for Regulated Medical Waste (RMW) Services for the St. Cloud VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The contract includes a one-year base period and four one-year option years, from January 1, 2026, to December 31, 2030. Services required include the collection, transport, treatment, and disposal of infectious waste, sharps, and trace chemotherapy waste. The contractor must provide all necessary labor, equipment, and materials, including containers and specialized bags, adhering to strict regulatory guidelines from agencies such as DOT, OSHA, EPA, and the Minnesota Pollution Control Agency. Key requirements include providing manifests and certificates of treatment and destruction, maintaining all necessary permits and licenses, and submitting a contingency plan. The St. Cloud VA location will have waste collected three times per week, while CBOCs will have monthly collections. Proposals must address technical acceptability criteria, including proper disposal methods, employee training, and a certifiable weighing system for waste. Offerors must also provide point-of-contact information and adhere to specific invoicing procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Roseburg VAMC Regulated Medical Waste Disposal Service
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg Veterans Affairs Medical Center (VAMC) in Oregon. This procurement, identified by Solicitation Number 36C26026Q0070, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and will result in a firm fixed-price contract, emphasizing the importance of compliance with hazardous waste management standards. The solicitation is scheduled to be posted on December 5, 2025, with a response deadline of 10:30 AM Pacific Time on the same date. Interested firms should contact the Contracting Officer, Brian Millington, at brian.millington@va.gov, to provide written notification of their capabilities.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for trash and waste removal services at the Culpeper National Cemetery in Virginia. This procurement involves the rental and on-call pickup of 30 cubic yard roll-off containers and 6 cubic yard front-load containers, with a separate disposal fee based on tonnage. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year from October 15, 2025, to October 14, 2026, with four additional one-year option periods extending through October 14, 2030. Interested vendors must submit their offers by December 9, 2025, at 10:00 AM ET, and can contact Contracting Officer Marshand Boone at marshand.boone@va.gov for further information.
    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.
    S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum servicing at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for maintenance of sanitary and storm sewer systems, including vacuuming, camera inspections, and emergency jetting, with a base contract period from January 1, 2026, to December 31, 2026, and four additional option years extending through December 31, 2030. This contract is crucial for ensuring the proper maintenance and functionality of the facility's waste management systems, which are vital for health and safety compliance. Interested parties must submit their offers by November 21, 2025, at 10:00 AM MST, and can direct inquiries to Contract Specialist Charles Gritzmacher at charles.gritzmacher@va.gov or 303-712-5780.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new 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 an initial contract term with a base period plus four option years. The services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested vendors can reach out to Contracting Officer Marshand Boone at marshand.boone@va.gov for further details regarding the solicitation.
    R499--Sterile Compounding Compliance QA Program
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance (QA) Program. This program aims to ensure compliance with sterile compounding standards through various services, including monthly competency assessments, media fill tests, and environmental monitoring, with a contract period extending from January 1, 2026, to December 31, 2030. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 541690, highlighting its significance in maintaining high standards in healthcare environments. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-393-9281.
    J065--Sterile Storage Cabinets PM&R
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide a Preventative Maintenance (PM) program for sterile storage cabinets at the West Los Angeles VA Medical Center. The objective of this procurement is to ensure the reliability and efficiency of the equipment through scheduled annual maintenance, while also identifying potential issues before critical failures occur. This service is crucial for maintaining optimal conditions in clinical areas where temperature and humidity are concerns. The solicitation is expected to be released around November 21, 2025, with proposals due by December 11, 2025, at 5:00 P.M. MST. This opportunity is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, and all interested parties must be government-certified. For further inquiries, contact Jamie ElBedawi at jamie.elbedawi@va.gov.
    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.
    R614--Document Destruction Services Iowa City VA HCS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting quotes for Document Destruction Services for the Iowa City VA Health Care System and its Community Based Outpatient Clinics (CBOCs). The contract requires the contractor to provide secure handling and destruction of sensitive materials, including Protected Health Information (PHI), with services involving weekly or monthly pickups and destruction to a specified particle size. This procurement is critical for maintaining compliance with VA records management, HIPAA, and privacy regulations, ensuring the secure disposal of an estimated annual volume of 137,000 lbs of paper. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes via email by December 8, 2025, at 1:00 PM CST, with technical questions due by November 21, 2025, to Emanuel Nevarez at emanuel.nevarez@va.gov.