S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) AMENDMENT 0003
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), Network Contract Office 5 (NCO 5), is seeking proposals for a Single Award Firm Fixed Unit Price Blanket Purchase Agreement (BPA) for Municipal Solid Waste & Recycling Services for VISN 5 facilities in West Virginia. This opportunity covers 4 VA Medical Centers (VAMCs) and 17 Community Based Outpatient Clinics (CBOCs). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Responses are due January 29, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide comprehensive solid waste removal and recycling services, including labor, equipment, supplies, and disposal/treatment for Municipal Solid Waste (MSW), industrial waste, construction and demolition debris, and tires. A comprehensive recycling program, including education and outreach, is required. Services will be provided at Martinsburg, Huntington, Clarksburg, and Beckley VAMCs and their associated CBOCs. Key performance standards include timely service, professional conduct, accurate invoicing, and annual waste audit reports.
Contract Details
- Type: Single Award Firm Fixed Unit Price Blanket Purchase Agreement (BPA)
- NAICS: 562111 (Waste Collection)
- PSC: S205 (Trash/Garbage Collection Services)
- Period of Performance: A base period from April 1, 2026, to March 31, 2027, with four potential option years, extending the total performance through March 31, 2031.
- Estimated Order Limit: $1,000,000.00 per order (estimated, not guaranteed).
Set-Aside & Eligibility
This is an SDVOSB Set-Aside with a tiered evaluation structure. Proposals will be evaluated in the following order: Tier 1 (SDVOSB), Tier 2 (Veteran-Owned Small Business - VOSB), and Tier 3 (Small Business - SB). Non-SDVOSB/VOSB small businesses will only be considered if fewer than two responsible quotations are received from SDVOSBs and VOSBs. Offerors must be registered and verified in SAM and SBA's Dynamic Small Business Search (DSBS).
Submission & Evaluation
Award will be based on a best-value comparative evaluation of Technical approach, Capability, Experience, Past Performance, and Price. The latest Amendment 0003 provides updated documents including the Statement of Work (v2), Vendor Questions and Government Responses (v2), and Pricing Sheets (v2). Bidders should review these updated documents carefully.
Key Updates & Notes
Amendment 0003, posted January 21, 2026, confirmed the response due date of January 29, 2026, 10:00 AM ET, and provided updated solicitation documents. Clarifications from the Q&A (v2) address container requirements, compactor specifications, and how pricing sheet items with zero quantity will be handled (excluded from price evaluation if unpriced, but bidders must enter 0.00 and explain). A Quality Assurance Surveillance Plan (QASP) outlines performance monitoring and assessment methods.