S222--VISN 5 Regulated Medical Waste and Sharps Disposal Services All VISN 5 VAMCs & CBOCs (Includes 8 VAMCs & 29 CBOCs)
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 5 (NCO 5), is soliciting quotations for Regulated Medical Waste (RMW) and Sharps Disposal Services for all VISN 5 Medical Facilities, encompassing 8 VA Medical Centers (VAMCs) and 29 Community-Based Outpatient Clinics (CBOCs) across Maryland, Washington D.C., West Virginia, Virginia, Kentucky, and Ohio. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will be a Single Award Firm Fixed Unit Price Blanket Purchase Agreement (BPA). Quotations 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 various waste streams such as Cultures and Stocks, Pathological Waste, Sharps, Isolation Waste, Trace Chemotherapy Waste (TCW), and Category A Waste. Key requirements 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. Incineration is required for RMW from West Virginia locations, with other treatment methods clarified at the task order level. The prime contractor must hold US DOT Special Permit 16279.
Contract Details
- Contract Type: Single Award Firm Fixed Unit Price Blanket Purchase Agreement (BPA)
- Period of Performance: A base year (April 1, 2026, to March 31, 2027) with four one-year option periods, extending the potential duration to March 31, 2031.
- Estimated Value: Individual BPA Orders may reach $1,000,000.00.
- Product Service Code: S222 (Waste Treatment And Storage)
- NAICS Code: 562211 (Hazardous Waste Treatment and Disposal)
Eligibility & Evaluation
This is an SDVOSB Set-Aside with a tiered evaluation process. Tier 1 prioritizes SDVOSBs, followed by Veteran-Owned Small Businesses (VOSBs) in Tier 2, and other Small Businesses (SBs) in Tier 3. If only one acceptable SDVOSB offer is received at a fair and reasonable price, an award may be made at that tier. Evaluation factors include Technical Approach, Capability, Experience, Past Performance, and Price, with award based on the best-valued quote through comparative evaluations. Offerors must be registered in SAM and meet SBA size standards. Vendors must bid on all VISN 5 facilities to be compliant.
Submission Details
- Quotations Due: February 4, 2026, at 2:00 PM ET.
- Contact: Darren G. Morris, Contracting Officer, NCO 5, darren.morris2@va.gov.
- Attachments: Key documents include the RFQ, Statement of Work (SOW), Pricing Sheets (SCHEDULE_v2.xlsx, Solicitation Attachment_VISN5 RMW_Sharps RFQ Price Sheet_v2.xlsx), Past Performance Questionnaire, and Quality Assurance Surveillance Plan (QASP). Multiple amendments have been issued, with the latest extending the due date and providing clarifications.