S205--New: 5-Year Ordering Period (02/01/2026 - 01/31/2031) Solid Waste & Recyclables Collection/Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and the Joliet CBOC.
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 Department of Veterans Affairs (VA), specifically the Edward Hines Jr VA Hospital (Hines, IL) and the Joliet CBOC, is soliciting proposals for Solid Waste & Recyclables Collection/Disposal Services. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for a new five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due January 23, 2026, at 15:00 CST.
Scope of Work
The contract requires comprehensive solid waste, treated waste, and recyclables collection and disposal services. This includes specific container and compactor placement, collection frequency, and container maintenance. The contractor must provide all collection containers in new or "like new" condition. Services cover weekly collection for 30-yard compactors, various dumpster sizes (8, 10, 20, 30-yard) with specified frequencies, and collection/processing of recyclable materials (single stream, metal, cardboard). Services for the Government-owned San-I-Pak infectious waste sterilizer and compactor are also required, with billing rates anticipated to be relative to other 30-yard solid waste containers.
Contract Details
- Contract Type: Indefinite Quantity Contract (IDIQ) with firm-fixed unit pricing.
- Period of Performance: Five-year ordering period from February 1, 2026, to January 31, 2031, structured as five one-year priced periods.
- Minimum Guarantee: $2,500.00
- Ceiling: $6,250,000.00
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the SBA database at the time of quote submission.
- NAICS Code: 562111 (Trash/Garbage Collection Services).
- Place of Performance: Edward Hines Jr VA Hospital, 5000 South 5th Avenue, Hines IL 60141-5000, USA, and the Joliet CBOC.
Submission & Evaluation
- Proposals Due: January 23, 2026, at 15:00 CST.
- Submission Method: Via email to scott.sands2@va.gov.
- Evaluation Factors: Experience, Technical Documents, and Price and Fill-ins.
- Required Documents: Offerors must submit a Quality Control Plan, Certificate of Liability Insurance, OSHA Training Certificates, and an EPA ID Number.
- Amendments: Signed copies of Amendments 0001 and 0002 must be submitted with the solicitation package.
- Waste Hauling Permit: The necessity of a waste hauler's permit will be determined by the Contracting Officer prior to contract award as a responsibility determination (per Amendment 0003).
- SDVOSB Experience: For companies established less than three years, the experience of the owner or key management personnel can satisfy the company's experience requirement, with supporting documentation.
Key Amendments & Clarifications
- Amendment 0001: Updated the Performance Work Statement (PWS) regarding the San-I-Pak Compactor, clarifying billing expectations for the Government-owned S/C 30-Yd container.
- Amendment 0002: Extended the proposal due date to January 23, 2026, 15:00 CST, and provided additional answers to vendor questions, including clarification on SDVOSB experience.
- Amendment 0003: Modified the requirement for a waste hauler's permit, making it a pre-award responsibility determination by the Contracting Officer, rather than a submission requirement.
Wage Determinations
Bidders must review the provided U.S. Department of Labor Wage Determinations (Cook, Du Page, McHenry Counties, and Grundy, Kendall, Will Counties) to understand minimum wage rates and fringe benefits for service employees, crucial for accurate cost estimation and compliance with federal labor laws.