Infectious Waste Collection and Disposal Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), specifically the Kayenta Health Center (KHC) and Inscription House Health Center (IHHC), requires Infectious Waste Collection and Disposal Services. This is a Total Small Business Set-Aside opportunity. Proposals are due by February 23, 2026, at 12:00 PM MST.
Scope of Work
The contractor will provide bi-weekly collection and disposal of infectious waste generated at both the Kayenta Health Center (Kayenta, AZ) and Inscription House Health Center (Tonalea, AZ). This includes furnishing 31-gallon storage containers, while the government will provide red disposal bags. Services must comply with federal, state, and tribal regulations, and include documentation (manifest) for each pick-up, performed between 8:00 am and 5:00 pm. The contractor is responsible for all necessary labor, equipment, materials, supplies, tools, and transportation, accounting for the rural service areas of both locations. Estimated waste volumes are available in the Q&A.
Contract & Timeline
- Type: Request for Quotation (RFQ)
- Period of Performance: March 1, 2026, to February 28, 2027 (Base Year), with option periods extending through February 28, 2029.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due: February 23, 2026, at 12:00 PM MST
- Published: February 18, 2026 (Amendment 0001)
Submission & Evaluation
Proposals must be submitted in PDF format and are limited to 15 pages. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Technical Capability, Experience of similar projects, Delivery, and Price, with Technical Acceptability considered more important than Price. Invoices are to be submitted monthly, itemized by CLIN, and segregated by site. Offerors must follow all instructions and provide required information to avoid their quote being deemed unacceptable.
Additional Notes
This solicitation references FAR clauses 52.212-1, 52.212-3, and 52.212-5. Payment requests must be submitted electronically through the Department of Treasury Invoice Processing Platform (IPP). The solicitation includes clarification on "Minimum Pickup/No Waste" CLINs to cover mobilization costs for scheduled pickups where no waste is tendered.