SOLICITATION NOTICE
S -- FY26 Medical Waste Removal Solicitation
- Notice Date
- 12/15/2025 10:00:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25626Q0208
- Response Due
- 12/19/2025 11:00:00 AM
- Archive Date
- 02/17/2026
- Point of Contact
- Christopher Rossi, Contracting Specialist, Phone: christopher.rossi2@va.gov
- E-Mail Address
-
christopher.rossi2@va.gov
(christopher.rossi2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 0001 12-15-2025 629-26-1-622-0031 580 Department of Veterans Affairs Network Contracting Office 16 5075 Westheimer Road, Suite 750 Houston TX 77056-5643 580 Department of Veterans Affairs Network Contracting Office 16 5075 Westheimer Road, Suite 750 Houston TX 77056-5643 To all Offerors/Bidders 36C25626Q0208 X X X *** Please see continuation page for final questions and answers*** *** See Corrected Instruction to Offerors referencing Medical Waste Removal *** Contracting Officer Page 5 of 5 RFQ Questions for Review Does the Government require onsite labor by the vendor to exchange Reusable Sharps containers, Controlled Substances containers, etc.? ANS: Yes the reusable sharps If so, how may hours per week of onsite labor should be provided by the vendors onsite technician?� ANS: Monday through Friday Is the vendor expected to provide onsite services to exchange containers at the offsite locations?� ANS: Yes Sharps boxes Page 8 of 92 states that Contractor provided containers shall be leak-proof, stackable, sealable, transportable, and designed so that government employees will not be required to lift more than 35 lbs. and shall display the universal biohazard symbol. All containers shall be damage free and in good working order at all times . � The Main hospital currently uses 96gl carts which have a much higher weight capacity than 35 lbs. and the Offsite locations use disposable Boxes. Please advise if boxes will still be used at the offsites or do they need to be reusables and if 96 gal carts will still be acceptable for the main facility?� ANS: 96 gallon for main facility and boxes for CBOC clinics Page 12 of 92 states that The project manager or designee shall be competent to supervise all aspects of medical waste removal services and shall be available on-site within 4 hours after notification when problems arise with contractor s work or if emergencies arise at this facility, which pertains to the contractor s responsibilities or duties. The project manager shall, in the absence of the contractor, act for the contractor as contractor s representative .� Would it be acceptable for the PM to coordinate an emergency response via conference call or Teams � Meeting if unable to be onsite within the 4-hour time frame identified in the Statement of Work?� ANS: Yes. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13 procedures. This solicitation is being competed as 100% SDVOSB. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary, the Government will seek clarification and additional information for offers that are submitted from any eligible offeror. Offerors are encouraged to provide their best offer initially because the opportunity to enter into discussions or to provide a better offer at a later time will not be possible. The Government intends to award to the offeror whose offer represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items:� does not apply to this solicitation.� Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful offeror/contractor whose offer/quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced offeror that meets or exceeds ALL requirements of this solicitation and the Statement of Work (SOW/PWS). OFFER SUBMISSION GUIDANCE: Offer Submission Guidance: Offers shall be submitted via e-mail only to Christopher Rossi, Contracting Officer, Christopher.rossi2@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than December 19th, 2025, by 13:00 pm CST. Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer. A site visit is scheduled for December 12th at 10:00AM CST at the SLVHCS. Solicitation Questions: Questions about this solicitation shall be accepted up until December 12th, 2025, by 16:00PM. CST. Questions shall be submitted via e-mail only to Christopher Rossi, Contract Specialist, Christopher.rossi2@va.gov. No additional questions or requests for information/clarification shall be accepted after that time. Questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor Contract Opportunities for any and all amendments to this solicitation. INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION Offerors shall submit their offer in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered, and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section. OVERALL ARRANGEMENT OF OFFERS Volume 1 will contain responses to Technical Capability evaluation criteria. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the cover page with the Offeror s name, the solicitation number, and the title Technical Volume . Volume 1 must not contain any pricing information. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific need requirements of this solicitation and the SOW in relation to their relevant qualifications and related experience to this requirement. Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the cover page with the Offeror s name, the solicitation number, and the title Price Volume . a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. b) A copy of the offeror s registration with the System for Award Management (SAM.gov) showing that the offeror is registered and active within that system VOLUME 1 TECHNICAL Volume Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the SOW/PWS. Offerors should address all aspects of the SOW in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s quote shall contain information demonstrating the relevance of the Offeror's experience as it relates to Medical Waste Removal Services relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement. The Offeror shall submit the following as part of Volume I: 1: Experience: The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to Medical Waste Removal Services, in order to accomplish SOW tasks/deliverables. 2: Personnel Qualifications, Capabilities, and Certifications The personnel required for the successful execution of this requirement are identified in the SOW. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out SOW tasks. Documentation which includes (but is not limited to) resumes, certifications, credentials, and education documents should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations as specified in the SOW. Identify each contractor by potential position they could operate in (Lead Supervisor, Project Manager, Contract Manager, Technician) 3: Schedule Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the SOW. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the SOW. The Offeror's proposal shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete SOW tasks/deliverable (within the appropriate time windows) should be included. As part of your proposal submission for the subject contract, all bidders shall provide the following: 1. A detailed break out of tasks associated with this contract as it aligns with the CLIN items listed. 2. Clear denotation of the entity who will be performing the work, i.e. each task, with a designation of prime or sub-contractor. In the event of both entities participate in the task, the contractor shall provide the percent of work distributed between the prime and subcontractor for that specific task. 3. Identify contract percentage allocation of each task based on the level of work and cost associated with the work. 4. Certification that all work, as outlined by the items above, the contractor shall certify self-performance by a minimum of fifty percent (51%) of the contract in totality. This information shall be included as part of the technical evaluation to confirm contract/company competency and capability as it pertains to this action. Inability to aptly provide this information is grounds for immediate disqualification. VOLUME 2 PRICE Volume Price Offeror shall include in this section the following items: a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. b) a copy of the offeror s registration with the System for Award Management (SAM.gov) showing that the offeror is registered and active within that system. Prospective Contractors are required to submit two separate documents; one (1) Part A Technical Part and one (1) Part B Price Part IAW Schedule B (SF1449). If both Parts are not received, the quote will be considered not acceptable, and will not be considered for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ef995f188912442a940547c79152f8c2/view)
- Place of Performance
- Address: See Statement of Work
- Record
- SN07665860-F 20251217/251215230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |