S222--**EMERGENCY** MEDICAL WASTE REMOVAL - Base ($360,000.00) [605] | POP: 01/01/2026 - 05/31/2026
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.
Attachment 1: Request for Sole Source Justification Format >SAT
VHAPG Part 806.3 OFOC
Revision: 04 Effective Date: 12/15/25 Acquisition ID#: 36C262-26-AP-2328
Page 1 of 4
DEPARTMENT OF VETERANS AFFAIRS
Justification and Approval (J&A) For
Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C262-26-AP-2328
Contracting Activity: Department of Veterans Affairs, VISN 22, VA Loma Linda Healthcare System (VALLHCS) Medical Center; 2237: 605-26-2-6564-0011.
Nature and/or Description of the Action Being Approved: The Department of Veteran Affairs Loma Linda Healthcare System (V ALLHCS) has a requirement for a Contractor to service and provide pick-up and disposal of hazardous and non- hazardous medical waste. The Contractor shall provide all containers, installation, management, labor, supervision, transportation, and packaging of regulated medical waste (RMW) to include bio-hazardous (red bag) waste, chemotherapy waste, pathological waste, RCRA waste, sharps and pharmaceutical waste. The Contractor shall uniquely label each container for each waste stream.
Description of Supplies/Services Required to Meet the Agency s Needs: Notwithstanding any other provisions in this contract, the Contractor shall provide medical waste pick-up and disposal services to the specified facilities under the same terms and conditions as outlined in this contract upon direction from the Contracting Officer (CO). The Contractor shall extend services to those clinics at the established prices for the parent facility. Clinic locations and estimated quantities may vary based on patient demand. The Contractor must ensure it has the necessary resources to adapt to these changes. Various waste locations are subject to change, and the Environmental Management Service (EMS) reserves the right to alter and add locations within the buildings of interest. The list of various hazardous waste locations will be organized by building.
Statutory Authority Permitting Other than Full and Open Competition:
(X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by RFO 6.103-1;
(X) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by RFO 6.103-2;
( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by RFO 6.103-3;
( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by RFO 6.103-4
( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by RFO 6.103-5;
( ) (6) National Security per 41 USC §3304(a)(6) as implemented by RFO 6.103-6;
( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by RFO 6.103-7;
Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): An emergency bridge contract is necessary to maintain the health and safety of the hospital in accordance with VA Directive 0063 Waste Prevention and Recycling Program, VHA Directive 7708 Pollution Prevention (P2) Program, as well as the Code of Federal Regulations (CFR), Food and Drug Administration (FDA) requirements, Occupational Health and Safety Administration standards, as well as California Health and Safety Code regarding Medical Waste Management. A delay in awarding a contract would be detrimental to the safety of the VA facility. The need to maintain these services without interruption is of such an unusual and compelling urgency that the Government would be seriously injured, financially or otherwise, unless the agency is permitted to limit the number of sources from which it solicits bids or proposals.
Description of Efforts Made to ensure that offers are solicited from as many potential sources as possible (including whether a notice was or will be publicized as required by RFO Part 5 and, if not, which exception under RFO Part 5 applies): Due to the current contract expiration on December 31, 2025, and with no options available, an emergency bridge contract is required to maintain continuity of services until a solicitation package can be submitted. A delay in the issuance of this bridge would cause irreparable harm to the Government, the facility, and patient care.
Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: After a thorough review of the existing contract, which was awarded on July 8, 2025 in contract 36C26225P1613 and the current quote submitted by the incumbent contractor, the CO has determined the current pricing and the new quote are consistent and deemed to be fair and reasonable.
Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Due to the urgent nature of this requirement, limited Market Research was conducted. Contractor is the incumbent contractor and is actively performing these services. A break in service to solicit this requirement would cause irreparable harm to the Government, the facility, and patient care. Division Chief David Chakka has authorized a sole source IAW emergency procurement procedures.
Any Other Facts Supporting the Use of Other than Full and Open Competition:
N/A.
Listing of Sources that Expressed, in Writing, an Interest in the Acquisition:
MEDIWASTE DISPOSAL, LLC. UEI VDKSPWHBYSK3
235 Deininger CIR
Corona, CA 92878-3207
Lorraine Sanchez 855-449-6334
lorraine@medi-waste.com.
A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: The requesting service has been advised to submit a new package for solicitation to commence no later than January 31, 2026 to allow for full and open competition.
Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief.
EVAN YOUNG
Digitally signed by EVAN YOUNG Date: 2026.01.05 07:39:14 -08'00'
Evan Young Date
Acting Associate Director of Operations VA Loma Linda Healthcare System
Approvals in accordance with the VHAPM Part 806.3 OFOC SOP:
Contracting Officer Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
Digitally signed by NORMAN NAPPER-ROGERS
Date: 2026.01.05 08:43:01 -07'00'
Norman Napper-Rogers Date Contracting Officer
NCO 22
One Level Above the Contracting Officer (Required over SAT but not exceeding $900K): I certify the justification meets requirements for other than full and open competition.
MAYTE DIAZ
Digitally signed by MAYTE DIAZ Date: 2026.01.05 07:48:03 -08'00'
Mayte D. Diaz Date
NCO 22, Branch Chief