S222--VISN 5 Regulated Medical Waste and Sharps Disposal Services All VISN 5 VAMCs & CBOCs (Includes 8 VAMCs & 29 CBOCs) AMENDMENT 0004
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 soliciting quotations for Regulated Medical Waste (RMW) and Sharps Disposal Services for all VISN 5 facilities, encompassing 8 VA Medical Centers and 29 Community-Based Outpatient Clinics across Maryland, Washington D.C., West Virginia, Virginia, Kentucky, and Ohio. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Responses are due by February 4, 2026, at 2:00 PM ET.
Scope of Work
The contractor will provide comprehensive RMW and sharps disposal services, including all necessary labor, packaging, collection, removal, transportation, equipment, and supplies. This covers a wide range of waste streams such as Cultures and Stocks, Pathological Waste, Human Blood and Blood Products, Sharps, Isolation Waste, Trace Chemotherapy Waste (TCW), Category A Waste, and Scintillation Fluid. Key responsibilities include providing dedicated medical waste containers, red bags, labels, and tape, as well as DOT licensed haulers and vehicles. The contractor must also provide US DOT HAZMAT Employee training and develop safety and emergency response plans. Services will commence at Baltimore VA Medical Center and its CBOCs on April 1, 2026, with other locations to be definitized at the task order level. Bidders must propose services for all VISN 5 facilities.
Contract Details
- Contract Type: Single Award Firm Fixed Unit Price Blanket Purchase Agreement (BPA).
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) with four one-year option periods, totaling five years.
- Estimated Value: Individual BPA Orders may reach $1,000,000.00.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 562211 (Hazardous Waste Treatment and Disposal).
- PSC Code: S222 (Waste Treatment And Storage).
Submission & Evaluation
- Quotes Due: February 4, 2026, at 2:00 PM ET.
- Submission Method: Via email.
- Evaluation Factors: Technical Approach, Capability, Experience, Past Performance, and Price.
- Evaluation Method: Comparative evaluations will be conducted in accordance with FAR 12.203. A tiered evaluation process will prioritize SDVOSBs (Tier 1), followed by Veteran-Owned Small Businesses (VOSBs) (Tier 2), and then other Small Businesses (Tier 3). An award may be made to a single acceptable SDVOSB offeror if the price is fair and reasonable.
- Eligibility: Offerors must be registered in SAM and meet SBA size standards. Prime contractors must hold US DOT Special Permit 16279.
Key Requirements
Contractors must ensure compliance with all federal, state, and local regulations, including specific state requirements for WV, MD, VA, OH, KY, and DC. The Quality Assurance Surveillance Plan (QASP) outlines how contractor performance will be monitored, focusing on timely waste removal, accurate reporting, and invoice accuracy.