Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2025 SAM #8756
SOURCES SOUGHT

S -- Hazardous Waste and Non-Hazardous Waste Disposal Services Kansas City Veteran Affairs Medical Center (KCVAMC)

Notice Date
11/14/2025 7:36:25 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0078
 
Response Due
12/1/2025 8:00:00 AM
 
Archive Date
12/11/2025
 
Point of Contact
Leslie Ross, Contract Specialist, Phone: 913-946-1964
 
E-Mail Address
leslie.ross2@va.gov
(leslie.ross2@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION 3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 562211. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Hazardous Waste and Non-Hazardous Waste Disposal Services A. Scope of Requirement The KCVAMC requires routine disposal of hazardous waste and non-hazardous waste at the KCVAMC, to include annual training for facility employees on the handling and disposal of generated waste. All services will be performed in accordance with the terms, conditions and specifications as outlined in this PWS, and in accordance with The Joint Commission (TJC), in accordance with all Federal, State, and Local U.S. Environmental Protection Agency (EPA) regulations, the Department of Transportation (DOT), Missouri Department of Natural Resources, policies and guidelines, and with State and VA infectious medical waste requirements. The Contractor shall maintain all necessary hazardous waste permits and licenses for the transport, disposal of, and treatment of such waste. The Contractor shall also have an assigned U.S. Environmental Protection Agency (EPA) authorization and identification number, necessary Department of Transportation permits, and insurance prior to transport and/or disposal of subject waste. The Contractor shall provide all labor, supervision, materials, equipment, sanitized, disinfected, and labeled containers, transportation, facilities, supplies, waste profiles and waste manifests. Contactor shall analyze/profile, collect, prepare, package, label, remove, transport, store, treat and dispose of hazardous wastes, non-hazardous wastes, and dual hazardous waste (hazardous/potentially infectious). KCVAMC Facility Addresses: Kansas City Veterans Affairs Medical Center 4801 Linwood Blvd Kansas City, MO 64128 6. Schedule of Services: Facility Estimated Pick-ups Kansas City, MO Monthly 7. Applicable Publications: The contractor shall be responsible for complying with all publications, including but not limited to those identified below, in effect at the time of the proposal and all future updates: 29 CFR 1910 Occupational Safety and Health Standards 49 CFR Subchapter C, Part 171 through 180 Hazardous Materials Regulations 40 CFR Parts 260 through 266 Contract Coverage: The following categories of waste are subject to this contract: Hazardous Waste: Any waste material that is a listed Resource Conservation and Recovery Act (RCRA or mixture thereof (U, P, F, K) and/or exhibits one or more of the characteristics of toxic (D-listed), corrosive, ignitable, and reactive. Hazardous waste includes extremely hazardous material. This also includes all materials identified by the Resource Conservation and Recovery Act of 1976 (RCRA); Subtitle C, 40 CFR, Parts 260-266. Pharmaceutical Waste: Any expired, partially used/unusable pharmaceutical including non-RCRA and RCRA Pharmaceutical waste. DEA Controlled Substance Waste: rendered non-retrievable through DEA approved containers (i.e., Destroyer, NarcX) Non-RCRA-Hazardous Waste: Hazardous materials that are not regulated by RCRA but require proper disposal/transport. Dual Hazardous Waste (Potentially Infectious and corrosive). This hazardous waste is subject to the regulations applicable to hazardous waste and potentially infectious. (i.e., Used Cepheid cartridges that could potentially contain residual amounts of MRSA, C.difficile, Flu Virus, Covid19 virus and corrosive sodium hydroxide.) See Table 1 for specific waste streams. Non-Coverage: The following categories of waste are not subject to this contract: General Waste: Waste (Regular trash, non-infectious) which is considered not to harbor any viable pathogens nor hazardous materials. Medical Waste: Medical waste means waste which meets the following requirements: Composed of waste which is generated or produced as a result of: (1) diagnosis, treatment, or immunization of human beings or animals; (2) research pertaining to the activities specified in (1) above; (3) production or testing of biological. The waste is any of the following: bio-hazardous waste and sharps-waste. B. Technical Requirement, Deliverables, and Other Contractor shall use their environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPA and industry standards. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The pick-up area where containers are placed shall be maintained in a clean, orderly, sanitary condition. Particular attention shall be paid to the prompt cleanup of oil and/or grease spills, either generated from the vehicles used to haul containers or because of container leakage. Contractor furnished containers shall be kept neat, in clean and sanitary appearances, and repaired or replaced as necessary. All hazardous and non-hazardous pharmaceutical wastes, RCRA wastes, and hazardous dual waste (potentially infectious/hazardous waste) generated by KCVAMC shall be disposed of by the Contractor in accordance with current Federal, State, and local regulations governing RCRA hazardous waste, hazardous and non-hazardous pharmaceutical waste disposal, universal wastes. Packaging of all wastes shall be in the largest container available for that waste stream. Smaller sizes shall be used for partial loads or to meet the disposal priorities or DOT requirements. Contractor shall dispose of hazardous waste in a manner that leaves no future expense potential to the VA or the federal government The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency will be used only when all other forms of waste disposal (i.e. recycling, reuse recovery, incineration, etc.) are not practical. Acceptance of the hazardous property (RCRA/pharmaceutical wastes) at a properly permitted treatment, storage, or disposal (TSD) site does not constitute disposal and/or completion of the contract. It is the contractor s responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished. Out of country shipments are prohibited under this contract. Training: The contract will include annual training for all employees who handle hazardous and/or universal waste, at least once per year, designated by the COR. The hazardous waste training program will provide training to employees who generate hazardous waste in Satellite Accumulation Areas that have hazardous waste management responsibilities. Training will incorporate Resource Conservation and Recovery Act (RCRA), state specific regulations and include storage, documentation, records management, safety data sheets, emergency responsibilities, and other pertinent topics. The training will include DOT hazardous materials training that meet the requirements of 49 CFR 172.704 to those employees responsible for signing manifests and maintaining Central Accumulations Areas. The Contractor will partner with the COR to develop medical center specific training to nursing staff on the collection and accumulation of hazardous and non hazardous waste. This training will be conducted in a train-the-trainer style by the contractor (webinar is an acceptable venue). The contractor shall provide their technical expertise on topics related to EPA, DOT, State-specific RCRA and other environmental regulations Contractor shall comply with all applicable federal, state, local regulations on workers safety standards and related training. All Contractor personnel involved in the performance of this contract shall have received training regarding Lab Packing Procedures, RCRA Hazardous Waste Training, Hazardous Materials Shipping and Handling (DOT), HAZWOPER, OSHA, and emergency procedures to be followed in case of a spill. Certification of such training must be provided within fifteen days of receiving notice of award of the contract. Certification for any new employees shall be provided to the Contracting Officer within thirty (30) days of receipt of the training The Contractor shall have control of the vehicles that are used for the transportation of the waste either by lease or direct ownership. At time of quote submission, the Contractor shall provide the necessary documentation for EPA, State DNR and DOT compliance upon request. Including but not limited to Designated Facility EPA ID Numbers, Transporter Company US EPA ID Numbers, applicable permits. The Contractor shall be able to provide the necessary placards for transportation. The Contractor shall provide information on how and where the waste will be disposed/treated/recycled. The Contractor shall provide at least 3 Federal organizations in which the Contractor has had similar work within the past 2 years. The Contractor shall provide an appropriate contact name and information in which the KCVAMC can contact when necessary. Safety Office representative can contact for consultation on disposal and compliance related issues. This individual is to be an employee of the Contractor and has the technical education and experience to provide appropriate guidance. Therefore, this individual cannot be someone like a secretary or a similar job classification. The contractor shall provide RCRA hazardous waste, hazardous and non-hazardous pharmaceutical waste disposal services for KCVAMC. Consulting Services At the medical center s request, the vendor shall provide technical expert consulting services on topics identified by the KCVAMC Safety Office representative that are related to EPA, state specific RCRA, DOT, and other environmental regulations. Waste Determinations shall be provided by the contractor within 30 days when the KCVAMC Safety office requests. The Contractor shall have a centralized waste tracking system. The centralized tracking system shall include: A centralized database for all waste characterizations and determinations Hazardous waste manifests, universal bill of lading for wastes Methods of final (end) disposal, final (end) disposal sites Monthly, quarterly, and annual waste generation reports SAFETY REQUIREMENTS - The contractor shall exercise safety precautions, as deemed necessary by the Contracting Officer or his/her designee during the performance of the contract, to protect lives and health. The Contracting Officer/designee will notify the Contractor of any noncompliance with the foregoing provisions and advise the contractor of the action to be taken. After receipt of such notice, the Contractor shall immediately initiate corrective action. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue a stop- work order for all or any part of the work and hold the Contractor in default as provided elsewhere in this contract. NORMAL WORK HOURS AND ALL SITE PICK-UP HOURS - This contract is a full-service contract to include all necessary service calls, five (5) days per week, eight (8) hours per day, between the hours of 7:00 a.m. to 3:00 p.m. (except for spill response, see item 9, paragraph k), Monday through Friday, National Holidays excluded. Any service or repair performed outside of normal working hours shall be approved in advance by the Contracting Officer s Representative (COR) at a price agreed to by the Contractor and Contracting Officer. If appropriate, the Contracting Officer may authorize additional services under a separate purchase order. These work hours apply to all pick up sites listed in this contract. NATIONAL HOLIDAYS OBSERVED BY THE GOVERNMENT - If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day GOVERNMENT FURNISHED PROPERTY AND SERVICES - The Government will provide the following property and services in connection with the Contractor performance. Storage Areas: The Government will provide secure storage areas to store the Contractor s furnished containers and hazardous waste. The VA facility can package or consolidate their own waste stream and use the Contractor provided packaging or consolidate the waste if it complies with the Department of Transportation (DOT) and other regulations. Pick-Up Schedule: The Contractor shall meet the pick-up schedule specified by each participating VA facility (schedule will be provided upon award of contract). Depending on the type of waste, pick-up schedule might vary. Forms: The Government personnel will sign and fill in appropriate information on Contractor provided Waste Manifests. IDENTIFICATION BADGE/UNIFORM: Contractor personnel are required to wear ID badges during the entire time they are on VA Healthcare System grounds. ID Badges must have an identification picture and state the name of the individual and company represented. Contractor personnel shall contact the COR at each site for procedures specific to that site. PARKING: Park only in areas designated by the COR or otherwise directed by VA Police Service Personnel. The Contractor shall display on each of its vehicles the company name in a manner and size that is clearly visible. The Contractor shall conform to the posted speed limits and parking restrictions set at each Government facility. WORK INJURIES: The VA Healthcare System Emergency Room is available for emergency treatment of job-site injuries. If any employee is injured, the person may be taken directly to the Emergency Room, but the COR must be notified by the end of the following weekday and an injury report must be filed with the VA Police Service. Care will be rendered at the rates established by local procedures. INDEMNIFICATION: It is expressly agreed and understood by the Contractor and the VA Healthcare System that the Contractor agrees to indemnify the VA against all liabilities, claims, penalties incident to death, bodily injuries, destruction or damage to property, contamination of adverse effects on the environment or any violation of government laws, regulations or orders, caused in whole or part by the Contractor s breach of any term of this agreement or any negligent or willful act or omission of the Contractor, its employees or subcontractors in the performance of this contract AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Prior to performing any service or repair on a non-contract nature, the Contracting Officer and the COR must be advised of the reasons for this additional work. The Contracting Officer or his/her designee in consultation with the COR may authorize the additional services or repairs under a separate purchase authorization. Reimbursement will not be made unless prior authorization is obtained. SMOKING POLICY: Smoking is not permitted at all on site. SAFETY DATA SHEETS (SDS): The Contractor shall provide their employees with immediate access to SDS for all hazardous substances. CONTRACTORS DISPOSAL LOCATIONS: Contractor shall provide the COR with a list of disposal facilities that will be used in conjunction with this contract. This list must include the name of the company, address, city, and state, zip code, telephone number, EPA ID number, and disposal methods. PENALITIES AND FINES: The Contractor shall satisfy all applicable regulatory agency requirements. In the event a regulatory agency assesses a monetary fine against the Government for violations caused by the Contractor, the contractor shall reimburse the Government. C. Contractor Performance Work Practices and Standards: The Contractor shall have established standard operating procedures that will be followed while conducting normal hazardous waste management activities. This includes site safety and contingency procedures, strike contingency plan, operational procedures, site management structure, supplies, equipment practices, material sampling procedures, hazard assessment and categorization procedures, packing procedures, quality assurance procedures, procedures for gaining waste acceptance into a facility and project management procedures. Characterization of waste: The Contractor shall provide documentation that it has characterized the hazardous nature of all wastes produced by all equipment, devices, reagents, and discharges in accordance with the requirements of the Code of Federal Regulations Title 40 Protection of the Environment Part 261 et seq. and applicable state and local requirements. Documentation shall include a description of the characteristics of the hazardous waste produced as a byproduct of the instrument operations, Safety Data Sheets (SDS) meeting the requirements of the Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA), the analytical process used to determine the hazardous nature and characteristics of the waste, and the analytical test results. Hazardous Waste Analysis: Sampling and laboratory analytical services shall be provided by the Contractor as necessary to support operating, profiling, characterizing and disposal requirements. The Government reserves the right to collect waste samples to perform tests and/or have the right to the tests performed by another laboratory to verify the Contractor s performance. Testing of hazardous waste is to be done in accordance with testing protocol specified for each individual waste as described in the Code of Federal Regulations Title 40 to decide if the waste is a hazardous waste or otherwise regulated. The determination and description shall address the following: Waste toxicity (Reference 40CFR261.11 and 40CFR261.24) Waste ignitability (Reference 40CFR261.21) Waste corrosivity (Reference 40CFR261.22) Waste reactivity (Reference 40CFR261.23) Hazardous waste from non-specific sources (F-listed) (Reference 40CFR261.31) Discarded commercial products (acutely toxic or P-listed and toxic or U-listed) (Reference 40CFR261.33) Solid Waste (Reference 40 CFR 261.2) Exclusions (Reference 40 CFR 261.4) Quality Assurance: The Contractor shall develop and maintain a quality program to ensure refuse and recycling services are performed in accordance with commonly accepted commercial practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the Contractor shall develop quality control procedures addressing the areas identified in the next paragraph. The government will periodically evaluate the contractor performance by appointing a representative(s) to monitor performance to ensure services are received. The government may inspect each task as completed or increases the number of quality control inspections if deemed appropriate. Likewise, the government may decrease the number of quality control inspections if performance dictates. Handling: Appropriate handling of waste is essential for the safety of Government and Contractor employees and cost containment. The contractor shall provide the employees training to ensure that established policies and procedures for Hazardous Waste are followed. Contractor employees providing site services shall be certified in 40-hour HAZWOPER training and wear appropriate protective equipment when handling hazardous waste. Waste Containers: The contractor shall provide all appropriate collection containers as needed by the government. Waste Containers, Identifying Labels, and Markings shall meet applicable safety codes and regulatory requirements. Cleaning and decontamination of containers shall not be performed on Government property. Contractor shall provide manufacture s specification and descriptive literature for approval. Waste containers shall be United Nation (UN) and Department of Transportation (DOT) approved. Reports/Tracking Documents: Tracking Documents: The contractor shall maintain service records and submit them to the (COR) after each service. At a minimum the documents shall include the following information: Types and quantities of treated and disposed waste Methods of treatment and disposal Location of licensed treatment and disposal facilities Certification that hazardous waste has been packaged, collected, transported, handled, treated, and disposed of in compliance with regulatory agencies, laws, directives, and ordinances Original Uniform Hazardous Waste Manifest shall be submitted to the COR at the time of each pick-up Final Designated Facility to EPA s Manifest System manifest showing destruction/disposal site/method must be provided to the COR within 35 days of waste pick up from facility Spill Report: When waste is spilled by the contractor at any pickup or storage location or during transport, the contractor shall submit a Spill Report identifying the spills. Such incidents shall be reported to the COR immediately, by telephone and in writing no later than seven (7) workdays after leaving the site. The Spill Report shall list at a minimum the type of spill, amount of waste, and personnel exposed to the spilled waste. The Contractor shall provide certification that the spill was removed, including a statement concerning the effect on any employees, and a description of the cause and corrective measure instituted by Contractor to ensure spills do not occur again. The Contractor is responsible for cleaning up spills that are caused by contractor employees. Transportation: Hazardous waste shall be transported on the public highways by Environmental Protection Agency (EPA) approved (with DOT implications) licensed haulers to an approved disposal site. All Contractor vehicles used to transport hazardous waste must be currently licensed, permitted or otherwise registered in accordance with all applicable Federal, State, and Local laws. License number must be posted on the exterior of the vehicle. Each truck or van transporting hazardous waste must have an emergency spill clean-up plan and basic cleanup equipment on board. Each truck must display placarding as per DOT regulations. Method of disposal: Waste shall not be commingled in the same shipping container with wastes from other VA Healthcare System or any other generator, unless allowed by law. Disposal method shall be by recycling, incineration, treatment, or land burial, whichever is appropriate and in compliance with Federal, State, and Local disposal regulations. The Contractor shall use a treatment, storage, or disposal facility that has a valid permit to manage hazardous waste. The Government must approve all disposal facilities used by the Contractor. Spill Response: The Contractor will provide spill response/clean-up for the KC-VAMC as required by the Government. The Government will provide the Contractor with the location, size, name of chemical or material involved, proximity of sewers and urgency and any governmental agencies called. The Contractor has four (4) hours to be on site after the phone call has been placed. The Contractor shall provide appropriate personnel and equipment to mitigate and remove released hazardous materials. Coverage will be on a 24-hour, 7 day a week basis. The contractor will provide their spill procedures for integration into facility level SPCC or contingency plans. The contractor will provide their billing procedure that would be used for spill and emergency response activity. The Contractor will provide Chemists only when requested by the COR. Laboratory technicians may be required to pack waste for pick-up and record waste statistics, only when requested by the COR. A Chemist and/or a Laboratory Technician shall be provided, only when requested by the COR and with the approval of the CO, to perform work, such as, but not limited to, identifying properties of a chemical, procedures in handling chemicals, etc., that are beyond the capability of a trained and certified technician. Rates, terms, and conditions shall be in accordance with the contract. 5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the requirement. If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: a. Please provide your UEI number. b. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? c. Is your company considered small under the NAICS code identified under this RFI? d. If you are identified as a SDVOSB/VOSB or SB, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above) e. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number(s). f. Please submit your capabilities that show clear, compelling, and convincing evidence that you can provide the requirements described above. 6. Responses to this notice shall be submitted via email to Leslie Ross at Leslie.ross2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, December 1, 2025, at 10:00 AM CT. If a solicitation is issued it shall be announced at a later date, all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bc24a36c52464be6bee2ecfb6919f806/view)
 
Place of Performance
Address: Kansas City Veteran Affairs Medical Center 4801 East Linwood Boulevard, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN07642790-F 20251116/251114230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.