S222--Industrial Hazardous Waste Disposal Services – Detroit
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.
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06.
This solicitation is set-aside for SBA Certified Service-Disabled Veteran Owned Small Businesses (SDVOSB), and will be competed in accordance with FAR 12, Acquisition of Commercial Products and Commercial Services.
The associated North American Industrial Classification System (NAICS) code for this procurement is 562211 Hazardous Waste Treatment and Disposal, with a small business size standard of $ 47.0 Million Dollars. The FSC/PSC is S222 Housekeeping / Waste Treatment and Storage.
The Network Contracting Office (NCO-10) is seeking to purchase Hazardous Waste Removal and Disposal Services.
All interested companies shall provide quotations for the following:
ITEM INFORMATION
The guaranteed minimum only applies to the Federal Government Fiscal Year in which the contract is awarded. The guaranteed minimum of this contract is $40,000.00. The guaranteed amount shall be expended in the initial fiscal year in which this contract is awarded. The maximum total value of the contract, inclusive of the base year and all options exercised, shall not exceed $400,000.00.
Individual task orders shall be funded annually. The Contracting Officer is the only authorized individual that can place annual task orders against this contract for the estimated amount of services for the specific timeframe, and the task orders shall be issued to the contractor. Offerors shall offer pricing for the entire estimated quantity for each CLIN.
Task order minimums and maximums are addressed in clause 52.216-19.
Some items listed below are estimated quantities: CLINS/SLINS 0001, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011 and subsequent option year CLINS/SLINS.
Vendor shall invoice monthly, for ONLY actual services rendered. DO NOT perform other than those identified, unless the ACO has issued a modification to the contract to add a CLIN for that specific action.
Contractor shall invoice for actual performance and shall indicate CLINs/SLINS on all Tungsten Network invoices.
All Offerors shall fill out Price Quote Schedule -UPDATED 12.11.2025.xls file and submit with their quote response.
**NOTE: A site visit will be held on Monday January 5. 2026, at 10 AM EDT. All interested parties who attend the site visit shall meet at the reception desk in the blue lobby entrance of the Medical Center.
All questions SHALL be submitted no later than January 7, 2026, by 12:00 PM NOON via email. Phone queries will not be entertained. Any questions received after this deadline may not be answered.
All quotes shall be sent to Morgan Stein Morgan.Stein@VA.gov via email no later than January 9, 2026 at 12 PM NOON