S222--FY26- Lyons Sludge Management and Tank Cleaning Services-(B+OPT4)
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 Contracting Office (NCO) 2, is conducting a Sources Sought market survey to identify qualified sources for Sludge Management and Tank Cleaning Services at the Lyons, New Jersey Veterans Affairs Medical Center. This effort aims to determine the acquisition strategy for a potential future procurement. Responses are due by January 28, 2026, at 12:00 PM ET.
Scope of Work
The requirement involves comprehensive sludge maintenance and tank cleaning services as outlined in the Performance Work Statement (PWS). Key services include:
- Periodic cleaning of Wastewater Treatment Plant (WWTP) Aeration Tanks, Sludge Holding Tank, Sewer Well, Scum Pit, and Influent Channels.
- Regular removal and transport of liquid sludge from the Sludge Holding Tank to a permitted processing/treatment plant.
- Providing necessary vacuum/pump trucks, labor, equipment, and materials for cleaning and sludge removal.
- Off-site disposal of cleaned materials in accordance with local and state regulations.
- Repair or replacement of any diffusers or piping damaged by the contractor during operations.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Survey
- NAICS Code: 562998 (All Other Miscellaneous Waste Management Services)
- Size Standard: $16.5 Million
- Anticipated Contract Type: Annual service contract with a base year and four option years.
- Estimated Period of Performance: March 18, 2026 - March 17, 2027 (Base Year), with four subsequent option years.
- Response Due: January 28, 2026, at 12:00 PM ET
- Published Date: January 22, 2026
Eligibility & Set-Aside
This requirement is intended to be set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns if at least two capable SDVOSBs can meet the requirement at a fair and reasonable price. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated for a Veteran Owned Small Business (VOSB) set-aside. SDVOSB and VOSB concerns must be verified in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov) and registered in SAM.gov.
Submission Requirements
Interested parties must submit capability information via email to the Contracting Officer, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov). Submissions must include:
- Professional Qualifications for required services.
- Capability to accomplish work within the required timeframe.
- Minimum of three references for equivalent complexity work (Government or private industry), including POC names, phone numbers, and email addresses.
- DUNS number.
- Business Size (Large/Small) under NAICS 562998.
- Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.).
- Copy of VIP showing verified status.
- Estimated cost of the required services.
Additional Notes
This notice is for market research purposes only and does not constitute a solicitation. No telephone inquiries will be accepted. All questions or requests for information (RFIs) must be compiled into a single email and sent to Clifford.Harrison@va.gov.