S222--Hazardous Waste Disposal (DM total 5 sites) SDVOSB, IDIQ (VA-25-00018007)
ID: 36C26325Q0326Type: 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

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

    The Department of Veterans Affairs is seeking proposals for hazardous waste disposal services under an indefinite delivery/indefinite quantity (IDIQ) contract, specifically targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). The contract encompasses the management, disposal, and treatment of hazardous and regulated medical waste across five sites, including the Des Moines VA Hospital and its affiliated community-based outpatient clinics. This initiative is crucial for ensuring compliance with federal and state regulations regarding hazardous waste management, thereby promoting environmental safety and public health. Interested contractors must submit their proposals by February 10, 2025, at 11:00 CST, and can direct inquiries to Contract Specialist Michael J Wicht at Michael.Wicht@va.gov.

    Point(s) of Contact
    Michael WichtContract Specialist
    (402) 996-3630
    michael.wicht@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for Hazardous Waste Removal Services at the Des Moines VA Hospital and affiliated facilities. This notice is for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The relevant NAICS code is 562211, covering All Other Support Services, with a size standard of $47 million. Bidders must monitor the solicitation site for updates and are responsible for downloading the solicitation package. Questions should be submitted in writing to the Contract Specialist, Michael Wicht. The government is under no obligation to award a contract or cover costs related to proposal preparations. Additionally, contractors must be registered in the System for Award Management (SAM) to be eligible for the award. The response deadline for proposals is set for February 5, 2025. This synopsis highlights the government's intent to efficiently manage hazardous waste disposal while promoting veteran-owned business participation.
    The document pertains to an amendment related to a Request for Proposal (RFP) issued by the Department of Veterans Affairs for hazardous waste disposal. It announces an extension of the deadline for submitting offers from February 5, 2025, to February 10, 2025, at 11:00 CST, providing additional time for potential contractors to prepare their submissions. The amendment also includes responses to questions raised before the Request for Information (RFI) deadline, which are integral for clarifying the project requirements. Michael Wicht is designated as the point of contact for inquiries, highlighting the importance of clear communication between the contracting agency and potential bidders. The overall aim of this amendment is to ensure that all interested parties have the necessary information and adequate time to respond effectively to the solicitation. This action reflects the government's commitment to transparency and efficiency in the procurement process for environmental services critical to maintaining regulatory compliance and public health safety.
    The document details a Request for Proposal (RFP) for waste disposal services at the VA Central Health Care System (VACIHCS) in Des Moines, Iowa. It outlines a comprehensive price list for various types of waste, including hazardous, pharmaceutical, regulated medical waste, universal waste, and non-hazardous materials, segmented into four option years. Each segment specifies the estimated annual quantity of waste for both the main campus and leased outpatient clinics, including specific services related to transportation and emergency spill response. The total pricing for these services is indicated as zero, likely awaiting contractor bids. This RFP emphasizes the necessity for precise disposal and management of diverse waste streams, adhering to safety regulations and environmental standards. The data is structured to facilitate bids, signaling the VA’s commitment to environmentally responsible waste management while ensuring public health and safety.
    The document appears to be an inventory list related to a healthcare facility, categorizing various rooms, utilities, and clinics across different locations. It outlines room types—such as offices, exam rooms, restrooms, and specialty clinics—alongside their corresponding codes and descriptions. This categorization suggests a structured approach to managing healthcare facilities, possibly as part of a request for proposals (RFP) or grant application aimed at improving healthcare delivery systems. Key information includes the designation of various medical specialties like women's clinical care, imaging, emergency services, nursing units, and surgical facilities, which indicates the wide array of services supported by the facility. The document includes information on room types with an emphasis on functional areas like laboratories, clinics, and surgical units, reflecting a focus on operational efficiency and patient care. Overall, the purpose of the document seems to support the planning, operation, and maintenance of healthcare facilities as part of a broader initiative potentially linked to federal or state funding efforts, emphasizing compliance with healthcare standards and regulations.
    The document outlines the annual services contract for waste disposal at the VA Center in Ann Arbor (VACIHCS), including a detailed list of required supplies for various option years. It specifies the types and quantities of containers, pails, drums, and absorbent materials needed for hazardous waste management, emphasizing compliance with United Nations (UN) safety ratings. The supplies list itemizes containers ranging from 2-gallon to 55-gallon capacities, along with hazardous materials lab pack boxes, absorbents, and personal protective equipment like disposable gloves. Each item includes links for minimum product specifications, indicating a focus on safety and regulatory adherence in handling hazardous waste. Overall, the document serves as a comprehensive reference for vendors bidding on the waste disposal contract, ensuring that all necessary materials comply with safety standards. The RFP reflects the government's commitment to environmental safety and efficient waste disposal management within federal facilities.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for hazardous waste removal services at the Des Moines VA Hospital and its affiliated community-based outpatient clinics (CBOCs). This initiative entails a five-year indefinite delivery/indefinite quantity (IDIQ) contract intended for Service Disabled Veteran Owned Small Businesses to manage the disposal, transfer, and treatment of various types of hazardous and regulated medical waste, along with the provision of on-site technician services. Essential components include regular waste pickups, compliance with federal and state regulations, and specific operational procedures for emergency spill responses. The contractor must supply all necessary containers, ensure appropriate labeling and transportation compliance, and maintain a waste tracking system. It emphasizes the importance of comprehensive staff training and compliance with safety standards, alongside detailed documentation requirements for waste handling and disposal. Overall, it reflects the government’s commitment to partner with veteran-oriented businesses while ensuring the safe and compliant management of hazardous materials.
    The document outlines the Annual Services for Waste Disposal at the VA Central Health Care System (VACIHCS) in Des Moines, Iowa. It presents a detailed service price list for multiple categories of waste disposal, including hazardous and regulated medical waste, pharmaceutical waste, and universal waste, spread across a base year and up to four option years. Each service category specifies the quantity, unit price, and estimated annual quantities needed for both the main campus and various leased outpatient clinics. The comprehensive list facilitates responsible waste disposal management, ensuring adherence to environmental regulations and safety protocols. It emphasizes the importance of regular disposal services, including transportation and emergency spill response, illustrating a commitment to health and safety compliance within the VA healthcare system. The pricing structure reflects zero costs for the line items, indicating either negotiated contracts or federal grant funding for these services. Overall, the document serves as a crucial resource for managing the VACIHCS's waste disposal requirements effectively and sustainably.
    The document outlines facility specifications for various rooms and areas within a healthcare institution, listing their designations and functions. It provides a comprehensive inventory of spaces categorized into departments like offices, restrooms, examination rooms, specialty clinics, imaging/X-ray areas, and surgical units, among others, across different wings (CLC 1, CLC 2, CLC 3, etc.). The information includes room numbers and types, detailing essential services such as utility rooms, crash cart rooms, and labs, alongside their respective quantities. The primary purpose of this document appears to be a logistical overview for government RFPs or grants related to public health and safety infrastructure. By detailing the configuration and functionality of the facility's layout, it aids in assessing the needs for maintenance, upgrades, and potential expansion. The structured approach enables stakeholders to understand room usage, accessibility, and compliance with healthcare regulations. Overall, the document serves as a foundational reference for planning and resource allocation within the facility's operational framework.
    The document outlines the supplies list for waste disposal services required by the Veterans Affairs Central Illinois Health Care System (VACIHCS). It details various hazardous waste containers and materials, categorized by specifications, ratings (such as "Y" and "X"), and quantities needed for annual service and subsequent option years. The supply types include UN-rated plastic containers, open and closed head drums, hazardous materials lab pack boxes, HAZMAT and chemical absorbents, gloves, and various cleaning and handling supplies. Each item is accompanied by product examples and links for minimum specifications, ensuring compliance with safety and regulatory standards. The document serves as a comprehensive resource for vendors responding to the government RFP, indicating the structured procurement approach for safe and effective waste management services in healthcare settings.
    The document outlines the Wage Determination No. 2015-4989 issued by the U.S. Department of Labor regarding minimum wage rates and fringe benefits for employees working under federal contracts subject to the Service Contract Act. Specifically, it indicates that contracts signed or renewed after January 30, 2022, must ensure covered workers receive at least $15.00 per hour or the higher applicable rate while contracts from January 1, 2015, to January 29, 2022, require a minimum of $11.25 per hour. It provides specific wage rates for various occupations in Iowa counties, highlighting fringe benefits such as health and welfare provisions at $4.80 per hour and vacation and holiday pay requirements. Moreover, the document details the conformance process for job classifications not listed, emphasizing regulations for uniform allowances and various pay differentials based on night work and hazardous duties. This wage determination is significant for federal contractors to ensure compliance with labor standards and worker protections under federal law, reinforcing the government's commitment to fair wages and employment practices in public contracting.
    The document, titled "Register of Wage Determinations Under the Service Contract Act," outlines wage requirements for contracts subject to the Service Contract Act (SCA) as administered by the U.S. Department of Labor. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $15.00 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, are subject to an $11.25 minimum wage under Executive Order 13658. A detailed listing of occupation codes and their corresponding wage rates is provided, including required fringe benefits. It covers various categories, such as administrative support, automotive services, health occupations, and protective services, with hourly rates varying by role and seniority. It also discusses compliance requirements, such as paid sick leave and annual adjustments to wage rates. Additionally, the document addresses the conformance process for unlisted job classifications, ensuring appropriate wage relationships are maintained. This wage determination serves as a crucial reference for federal contractors, ensuring workers are compensated fairly while adhering to federal regulations.
    The document outlines the Wage Determination No. 2015-5003 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements for contracts awarded in various Iowa counties. Effective from January 30, 2022, contractors must pay workers at least $15.00 per hour according to Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $11.25 per hour under Executive Order 13658, unless a higher rate is provided. The document lists various occupational titles, corresponding wage rates, and includes directives on fringe benefits, health care provisions, and paid sick leave requirements under Executive Order 13706. Additionally, it explains the classification process for unlisted services and specifies benefits such as paid vacation and holidays. This wage determination is critical within the context of federal RFPs and grants, ensuring fair labor practices in federal contracts while detailing compliance obligations for contractors operating in the service industry. It emphasizes economic fairness for contracted workers and maintains the government's commitment to labor protections.
    The document outlines Wage Determination No. 2015-4979, provided by the U.S. Department of Labor under the Service Contract Act. It mandates that contractors in select Iowa counties must pay covered workers at least $15.00 per hour (or the higher applicable rate) for contracts initiated or renewed after January 30, 2022, as per Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $11.25. The determination includes detailed occupational wage rates for various job categories, highlighting required fringe benefits, such as health and welfare contributions, vacation time, and paid sick leave under Executive Order 13706. Compliance and conformance processes for unlisted classifications are also described, ensuring fair compensation based on task duties rather than job titles. This document serves as an official guide for contractors and government entities to follow during the execution of Service Contract Act-covered agreements, ensuring worker rights and fair wages in federal and federally funded contracts.
    The Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor, outlines minimum wage requirements for federal contracts and related jobs in designated Iowa counties. Effective January 30, 2022, workers must be paid at least $15 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $11.25 per hour under Executive Order 13658. The document lists detailed wage rates for various occupations, including administrative, automotive, food service, and health occupations, among others, along with fringe benefits such as health and welfare compensation. The report also provides stipulations regarding paid sick leave under Executive Order 13706. Additionally, it describes the process for classifying new job titles not previously listed and highlights mandated benefits such as vacation and paid holidays. This wage determination serves to ensure fair compensation for workers under federal contracts, reflecting the government's commitment to uphold labor standards.
    The document outlines the RFQ 36C26325Q0326 for Hazardous Waste Removal Services, detailing key operational and contractual elements involved in the service. It addresses payment terms, with invoices payable within ten days and clarifies that services will not be interrupted during the invoicing period. Contractors must refer to attachment B for specifics on container counts and sizes, while service frequency is to be confirmed via the Statement of Work (SOW). The sharps disposal will be provided as a full-service offering, and contractors are responsible for wall mount installations. Each site will have designated logistics for medical waste disposal, with the main campus employing a full-time contracted staff member, while Community-Based Outpatient Clinics (CBOCs) maintain collection points. Importantly, the contract is slated to commence on April 1st, 2025, per the solicitation details. Overall, the document lays the foundation for ensuring safe and consistent hazardous waste management services across multiple sites, adhering to federal guidelines and requirements.
    Similar Opportunities
    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.
    S205--RFQ: Pharmaceutical Waste Treatment Disposal Services (MEDVAMC)
    Buyer not available
    The Department of Veterans Affairs is soliciting 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 year and four optional years, emphasizes the importance of secure and effective waste management solutions in healthcare facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must be registered in the System for Award Management (SAM) and submit their proposals by February 11, 2025; for further inquiries, contact Contract Specialist Quentin Chew at Quentin.Chew@va.gov or (713) 791-1414.
    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 WJB Dorn VA Medical Center in Columbia, South Carolina. The contractor will be responsible for providing all necessary labor, vehicles, equipment, and materials to transport and dispose of medical waste, adhering to federal, state, and county regulations, and maintaining a specific pickup schedule. This procurement emphasizes the importance of compliance and quality service in handling regulated medical waste, which is critical for health and safety in medical facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by February 13, 2025, and can contact Elizabeth Gonzalez at Elizabeth.Gonzalez6@va.gov or 843-789-7566 for further information.
    S205--Trash and Recycling Removal and Disposal Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Trash and Recycling Removal and Disposal Services at the Carl Vinson VA Medical Center in Dublin, Georgia. The procurement aims to secure efficient waste management solutions, including scheduled pickups of various waste types, compliance with regulatory standards, and maintaining cleanliness around disposal sites. This contract is crucial for ensuring sustainable practices in waste disposal within veteran facilities and reflects the government's commitment to supporting veteran-owned businesses. Interested parties must submit their proposals by February 5, 2025, at 5 PM Eastern Time, and can direct inquiries to Gail Bargaineer at gail.bargaineer2@va.gov or by phone at 404-321-6069.
    Portland VAMC Regulated Medical Waste Disposal
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought notice for the procurement of regulated medical waste disposal services at the Portland VA Healthcare System in Oregon. The primary objective is to engage a contractor who can provide these services in compliance with federal and state regulations governing medical waste collection, processing, and disposal. This initiative is crucial for maintaining health and safety standards within the healthcare facility. Interested vendors are encouraged to submit their company details and capability statements by February 11, 2025, to Brian Millington at brian.millington@va.gov, as this information will assist in shaping the VA's future procurement strategy. The relevant NAICS code for this opportunity is 562211, with a business size standard of $47 million.
    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.
    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 WJB Dorn VA Medical Center and its satellite outpatient clinics in South Carolina. The procurement involves the supply, removal, and proper disposal 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 contract is critical for ensuring compliance with federal and state regulations regarding medical waste management, emphasizing safety and accountability in service delivery. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by February 13, 2025, at 12:00 PM EST, and can contact Elizabeth Gonzalez at Elizabeth.Gonzalez6@va.gov or 843-789-7566 for further information.
    S222--BIO-WASTE AND SHARPS DISPOSAL SERVICE
    Buyer not available
    The Department of Veterans Affairs is soliciting 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 one-year options for renewal, requiring the contractor to manage the collection, recycling, and final disposal of regulated medical waste and sharps across various VA facilities in Texas. This service is critical for ensuring compliance with environmental regulations and maintaining public health standards through proper waste management practices. Interested parties can contact Mr. Shawn R. Reinhart, Senior Contract Specialist, at shawn.reinhart@va.gov or by phone at 254-421-6661 for further details.
    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.
    S205--New: 5-Year Ordering Period Contract (03/01/2025 - 02/28/2030) Solid Waste and Recycling Collection and Disposal Services at the Captain James A Lovell FHCC in North Chicago, Illinois.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide solid waste and recycling collection and disposal services at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This procurement is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, running from March 1, 2025, to February 28, 2030, and includes the removal and disposal of solid waste and recyclable materials using designated containers, with a strong emphasis on compliance with regulatory standards and sustainable practices. Interested contractors must ensure adherence to local waste management regulations and meet wage determinations as outlined by the U.S. Department of Labor. For further inquiries, potential bidders can contact Contract Specialist Scott D. Sands at Scott.Sands2@va.gov, with the solicitation deadline remaining unchanged despite recent amendments.