S222--RMW Medical Waste Removal - NWI
ID: 36C26325Q0403Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Hazardous Waste Collection (562112)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for medical waste removal services under the solicitation titled "S222--RMW Medical Waste Removal - NWI." This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the safe collection, transportation, and disposal of regulated medical waste from various VA medical facilities in Nebraska and Iowa, including the Omaha VAMC and several community-based outpatient clinics. The total award amount for this contract is $47 million, with a base period from April 1, 2025, to March 31, 2026, and options extending through March 30, 2030. Interested contractors must submit their proposals by February 24, 2025, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov or by phone at 319-688-3629.

    Point(s) of Contact
    Evan BeachyContracting Specialist
    (319) 688-3629
    evan.beachy@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotes (RFQ) from the Department of Veterans Affairs for Regulated Medical Waste Removal for the Nebraska-Western Iowa VA Health Care System. The solicitation number is 36C26325Q0403, with a response deadline set for February 24, 2025. The project is exclusively for Small Disadvantaged Veteran Owned Small Businesses (SDVOSB) and requires interested contractors to be registered in the System for Award Management (SAM) at the time of submission. The anticipated contract, which will be fixed-price, spans five years from April 1, 2025, to March 31, 2030, and includes multiple VA medical centers in Nebraska and Iowa. Technical inquiries regarding the solicitation must be submitted by February 17, 2025. Proposals should be sent via email to the designated Contract Specialist, Evan Beachy, ensuring they are received in full before the closing date. The document specifies adherence to various Federal Acquisition Regulations (FAR) provisions and includes additional requirements in attached documentation, with no application of the Defense Priorities and Allocations System (DPAS) to this acquisition. The initiative demonstrates the VA's commitment to engaging veteran-owned businesses for essential medical waste removal services.
    The Nebraska/Western Iowa VA Health Care System issued a Request for Proposal (RFP) for medical waste removal services, specifically for regulated medical waste at various VA medical facilities. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a total award amount of $47 million, with a base period from April 1, 2025, to March 31, 2026, and options extending to March 30, 2030. The contractor is responsible for safely picking up, transporting, and disposing of medical waste, including chemotherapy waste, ensuring compliance with federal and state regulations. Facilities requiring these services include the Omaha VAMC and several community-based outpatient clinics (CBOCs) across Nebraska and Iowa, with varying pickup schedules. The contractor must provide necessary containers and documentation for waste tracking and destruction, as well as maintain safety protocols for handling infectious waste. Invoices are required to be submitted electronically for timely payment, emphasizing the move towards efficient billing practices in contracting. Overall, this RFP adheres to federal guidelines while prioritizing the involvement of veteran-owned firms in fulfilling government contracts.
    The document outlines Wage Determination No. 2015-5005 under the Service Contract Act (SCA), issued by the U.S. Department of Labor. It specifies minimum wage and fringe benefit requirements for contractors and employees in Iowa and Nebraska, particularly in designated counties. Contracts awarded on or after January 30, 2022, must adhere to the minimum wage of $17.75 per hour as mandated by Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must comply with a minimum of $13.30 per hour from Executive Order 13658. The document lists various occupations, their codes, corresponding wage rates, and noted footnotes indicating potential higher minimum wage entitlement due to executive orders. It also details required fringe benefits, including health and welfare contributions and vacation entitlements. Moreover, provisions for sick leave under Executive Order 13706 and compliance for uniform allowances are outlined. The purpose of this document is to ensure that federal contractors comply with wage and benefit standards, facilitating fair compensation practices. This aligns with government RFP processes by providing clear regulatory guidance for contracting authorities when assessing bid compliance and determining contractor obligations for wages and benefits.
    This document is a Wage Determination under the U.S. Service Contract Act, detailing the minimum wage and fringe benefits for various occupations in Iowa and Nebraska. It specifies that contracts awarded after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, adhere to Executive Order 13658, which requires a minimum wage of $13.30 per hour. The document lists wage rates for numerous occupations across different categories, including administrative support, automotive service, food service, healthcare, and technical occupations, indicating both hourly rates and fringe benefits. It also outlines essential protections and benefits for workers, including health and welfare provisions, paid sick leave, vacation, and holiday entitlements. The conformance process for unlisted job classifications is provided, detailing the procedure for establishing wages for new roles under federal contracts. This wage determination serves as a guiding framework for federal contractors to ensure compliance with wage laws and worker benefits while executing federal contracts.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, specifying wage rates and benefits for various occupations in Nebraska for contracts effective January 30, 2022. It cites the required minimum wage rates—$17.75 per hour under Executive Order 14026 for contracts entered post-January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. Fringe benefits, including health and welfare contributions, vacation, and holidays are outlined to ensure compliance. The document categorizes occupations with corresponding wage rates and highlights additional stipulations such as the need for a conformance process for unlisted job classifications. It mandates that contractors provide paid sick leave according to Executive Order 13706 for contracts awarded after January 1, 2017. The directive emphasizes worker protection and compliance with minimum wage standards. Overall, the wage determination serves as a guideline for federal contractors to adhere to minimum compensation and ensure employee benefits in various job classifications, crucial for maintaining labor standards in government contracting.
    The document outlines the Wage Determination No. 2015-5357 issued by the U.S. Department of Labor under the Service Contract Act. This determination establishes minimum wage rates and fringe benefit requirements for various occupations, specifically for contracts serviced in Nebraska. It details wage rates effective in 2025, referencing Executive Orders 14026 and 13658. The minimum wage for covered workers is set at $17.75 per hour under Executive Order 14026 and $13.30 per hour under Executive Order 13658, depending on the contract's award date. Each job classification listed has specified hourly wages, along with required health and welfare benefits. Additionally, the document emphasizes compliance with paid sick leave under Executive Order 13706 and outlines procedures for classifying unlisted job titles. The directive ensures fair compensation and benefits for contract workers, emphasizing regulatory compliance within the framework of federal procurement practices.
    The document outlines Wage Determination No. 2015-5357, which establishes the minimum wage rates and fringe benefits required for workers on federal service contracts under the Service Contract Act. Specifically, it highlights pay rates influenced by Executive Orders 14026 and 13658, detailing $17.75 per hour for contracts entered into after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document specifies various occupations in Nebraska—including administrative support, food preparation, healthcare, and technical occupations—each with corresponding wage rates and benefits. Additionally, it covers the requirements for benefits such as health and welfare allowances, vacation, and paid sick leave, emphasizing that compliance with these standards is essential for contractors. It also discusses the conformance process for any unlisted occupations to ensure just compensation, thereby ensuring workers’ rights are protected under federal contracts. This determination reinforces the government’s commitment to fair labor practices and worker compensation in service contracts.
    The document presents Wage Determination No. 2015-5361 issued by the U.S. Department of Labor, which outlines minimum wage rates and fringe benefits required under the Service Contract Act (SCA) for various occupations in Nebraska. It specifies that contracts effective on or after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, while older contracts must pay a minimum wage of $13.30 per hour if not renewed. The determination covers multiple occupations with assigned wage rates, such as administrative, healthcare, and technical roles. Additionally, it includes provisions for fringe benefits like paid sick leave under Executive Order 13706, along with additional benefits such as health and welfare, vacation, and paid holidays. The document also explains the conformance process for unlisted job classifications and outlines requirements for uniform allowances and hazardous pay differentials. The primary purpose of this document is to guide federal contractors in ensuring compliance with wage and benefit structures when executing contracts, underscoring the government’s commitment to fair labor practices and employee rights in federally funded projects.
    The "Register of Wage Determinations Under the Service Contract Act" outlines federal minimum wage and fringe benefit requirements for contracts in Nebraska, specifically for Hall, Hamilton, Howard, and Merrick counties. Contracts executed or renewed post-January 30, 2022, must pay workers a minimum of $17.75 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $13.30 under Executive Order 13658 if not renewed. The document lists various occupations with corresponding wage rates, noting that many positions may demand higher pay due to executive orders or specific job classifications. Additionally, it discusses benefits such as health care, vacation, and holiday pay. Employers must comply with sick leave regulations and provide uniforms as needed. The conformance process is described for any unlisted job classifications, ensuring fair wage determination. This wage determination serves as a guideline for ensuring labor rights are upheld in federal contracts, addressing wage equity, worker compensation, and mandated benefits, reflecting the government’s commitment to safeguarding labor standards in federally funded undertakings.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F108--36C26125Q0273 | Medical Waste Disposal Service VA Central California Health Care System | *Total SDVOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Medical Waste Disposal Services at the VA Central California Health Care System located in Fresno, CA. This procurement, valued at $47 million, is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year along with four option years for service. The contract requires contractors to manage the removal and disposal of regulated medical waste, ensuring compliance with Environmental Protection Agency (EPA) guidelines, and includes stipulations for waste collection, record maintenance, and quality assurance. Interested parties must submit their proposals by March 3, 2025, at 10:00 AM Pacific Time, and can direct inquiries to Contracting Officer John Da Silva at John.Dasilva@VA.gov or by phone at 925-372-2000.
    Medical Waste Removal Services at Columbia VHCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Medical Waste Removal Services at the Columbia VA Health Care System (VHCS) in South Carolina. The contractor will be responsible for the collection, transportation, and disposal of regulated medical waste (RMW) from the WJB Dorn VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs), ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining public health and safety through the proper management of hazardous waste, reflecting the VA's commitment to environmental responsibility. Interested parties must submit their proposals by February 21, 2025, and are encouraged to attend a site visit on February 13, 2025; for further inquiries, contact Elizabeth Gonzalez at Elizabeth.Gonzalez6@va.gov or call 843-789-7566.
    S222--Regulated Medical Waste Pick-up/Disposal Service B+4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Regulated Medical Waste (RMW) pick-up and disposal services at the Tuscaloosa VA Medical Center in Alabama. The contract will span a base year plus four optional years, requiring the contractor to provide labor, transportation, and equipment while ensuring compliance with federal, state, and local regulations regarding medical waste management. This service is critical for maintaining health standards within VA facilities, particularly in handling potentially infectious materials. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by February 13, 2025, at 10:00 AM EST, and can direct inquiries to Contracting Officer LaTerrica Sewell at LaTerrica.Sewell@va.gov.
    S205--New: Base Year - Plus Four Option Periods - Solid Waste Collection & Disposal - Services Requirement at the Captain James A Lovell FHCC in North Chicago, IL. POP: (03/01/2025 - 02/28/2030)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide solid waste collection and disposal services at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This procurement involves a firm-fixed price contract with a base year and four additional option periods, totaling an estimated value of $47 million, and is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services required include waste pick-up, transportation, and disposal at licensed facilities, with strict adherence to federal, state, and local waste management laws. Interested parties should contact Contract Specialist Scott D. Sands at Scott.Sands2@va.gov for further details, and are encouraged to conduct a site visit prior to submission, with key dates outlined in the solicitation documents.
    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--Bio-Hazardous Waste Removal Dayton VA Medical Center and Supported CBOCs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for bio-hazardous waste removal services at the Dayton VA Medical Center and its associated Community Based Outreach Clinics (CBOCs). The procurement, categorized under NAICS code 562112, requires regular waste pickups, compliance with federal and state hazardous waste regulations, and the provision of suitable waste containers, with a contract value ranging from a guaranteed minimum of $40,000 to a maximum of $380,000 over an initial 12-month term with four option years. This contract is crucial for ensuring safe and compliant waste management in medical facilities, thereby safeguarding public health and the environment. Interested vendors must submit their bids by March 6, 2025, and can contact Contracting Officer Josh Kovar at Joshua.Kovar@VA.gov for further information.
    S205--RFQ: Pharmaceutical Waste Treatment Disposal Services (MEDVAMC)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Pharmaceutical Waste Treatment Disposal Services at the Michael E. DeBakey VA Medical Center in Houston, Texas, including its outpatient clinics in Beaumont and Lufkin. The procurement requires contractors to provide all necessary labor, tools, materials, and equipment for the collection, treatment, and disposal of controlled substance pharmaceutical waste, ensuring compliance with federal, state, and local hazardous waste regulations. This contract, set as a firm-fixed price with a base period of one year and four optional years, underscores the VA's commitment to effective waste management solutions in its healthcare facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by the extended deadline of February 20, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Quentin Chew at Quentin.Chew@va.gov or (713) 791-1414 for further information.
    S222--598-25-3-8723-0040 Title of Project: Hazardous and Nonhazardous waste removal & disposal
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the collection, sorting, packaging, and disposal of hazardous and nonhazardous waste, including pharmaceuticals, at the Central Arkansas Veterans Healthcare System. The contractor will be responsible for ensuring environmentally compliant disposal methods in accordance with federal, state, and local regulations, with services required at both the John L. McClellan Memorial Hospital and the Eugene Towbin Medical Center. This procurement is particularly significant as it emphasizes the safe handling and disposal of various waste types, including histopathology waste and organic solvents, while adhering to strict EPA guidelines. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by the specified deadline, and for further inquiries, they can contact Contracting Officer Arlene A. Blade at arlene.blade@va.gov or (318) 466-4281.
    S222--Actionable-(S)442 Hazardous Waste, PU-Disposal (VA-25-00047159)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for hazardous waste disposal services under the contract titled "S222--Actionable-(S)442 Hazardous Waste, PU-Disposal (VA-25-00047159)." The procurement aims to ensure compliance with EPA and RCRA regulations while providing comprehensive waste management solutions, including the disposal of hazardous, non-hazardous, and universal waste across various VA facilities, with a focus on safety, environmental guidelines, and staff training. This initiative is crucial for maintaining public health and regulatory adherence through effective waste management practices. Interested contractors must submit their bids by February 28, 2025, at 14:00 Mountain Time, and all inquiries should be directed to the Contracting Officer, Danielle Kramer, via email at danielle.kramer@va.gov or by phone at 303-712-5725.
    Sharps Waste Management Services at Columbia VHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide sharps waste management services at the Columbia Veterans Health Care System (VHCS) in South Carolina. The procurement involves supplying, removing, and properly disposing of sharps containers, with services commencing on May 11, 2025, and extending through May 10, 2030, with options for four additional one-year extensions. This initiative is crucial for ensuring compliance with federal and state regulations regarding medical waste management, emphasizing safety and environmental sustainability. Interested parties must submit their proposals by February 21, 2025, and can direct inquiries to Elizabeth Gonzalez at Elizabeth.Gonzalez6@va.gov or by phone at 843-789-7566.