SOURCES SOUGHT
J -- Grease Trap Cleaning and Maintenance Grand Junction VA Medical Center, Colorado
- Notice Date
- 2/4/2026 6:36:42 AM
- Notice Type
- Sources Sought
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0234
- Response Due
- 2/10/2026 11:00:00 AM
- Archive Date
- 02/25/2026
- Point of Contact
- Stephanie Cahill, Contract Specialist, Phone: 303-712-5841
- E-Mail Address
-
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Grease Trap Cleaning and Maintenance Grand Junction VA Medical Center, Colorado BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. The Grand Junction VA Medical Center (GRJVAMC) has a requirement for ongoing (quarterly) cleaning and maintenance services for their three (3) new grease traps at their facility. The requirement would be intended for a base plus four (4) option years if awarded from a future solicitation. Scope of Work: The contractor shall provide all labor, supervision, materials, tools, and equipment necessary to remove and properly dispose of non-hazardous oil, grease, sludge, and solids from grease traps listed in Attachment A. The contractor shall transport and dispose of all waste in accordance with all applicable laws, ordinances, and regulations. They must demonstrate industry expertise necessary to complete the service requirements listed in Mandatory Tasks and Deliverables. Attachment A: Grease Interceptor Capacity and Locations Grease Interceptor Manufacturer Model # Interceptor Capacity Flow Rate Water (gal) Grease (Lbs.) Gallon per minute (GPM) Zurn GT2701-20-3NH 15 40 20 Endura Lo Pro 3924A02LO 18.9 50 25 Endura Lo Pro 3924A02LO 18.9 50 25 Mandatory Tasks and Deliverables CLIN 1001: Quarterly cleaning and inspection of the grease traps listed in Attachment A, per the manufacturer s requirements. Deliverables for CLIN 1001 Contractor shall remove all waste and grease build up from the trap, walls, and all associated equipment within the traps. The entire grease traps shall be flushed down with water and any remaining residue removed from the traps. Contractor shall clean and clear any obstructions in the inlet/outlet pipes to ensure unrestricted flow. Contractor shall inspect and secure all fittings and parts associated with the operation of the grease trap. Contractor shall be responsible for clean up around the trap(s) area as necessary from the act of cleanout. Contractor shall transport and dispose of all materials removed from grease traps in accordance with Federal, State and local laws, regulations, and guidelines. The contractor shall supply and affix an adhesive label including date of service, name of technician completing service, and date next service is due. Within 10 days following service, the contractor shall provide to the Contracting Officer Representative (COR) a written service report including all maintenance activities, all deficiencies identified, all test results, all parts cleaned, repaired, and calibrated. The service report shall identify the weight of material removed during the service, the weight and volume of disposed material and the name, location, and waste facility certification number of the facility receiving the waste. Contractor Key Personnel and Qualifications: Certain skilled experience professionals and/or technical personnel are essential for accomplishing the work to be performed. These individuals are defined as Key personnel . Contractor personnel dispatched to provide services shall possess necessary skills, experience, and education required to clean industrial grease traps. All maintenance services shall be applicable OSHA safety standards. Contractor shall use an EPA authorized disposal facility for the disposal of all waste material removed from the facility The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the SOW and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Statement of Work (SOW). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The services shall be provided at the following location: Grand Junction VA Health Care System 2121 North Avenue, Grand Junction, CO 81501 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 12:00 MST on February 10th, 2026, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide services that meet or conform to the scope of work listed above Company s business size in relation to NAICS 562998 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): **Indicate Open Market if items are not included on FSS/GSA/etc.** Any relevant certifications/licenses for completing services? Able to provide scheduled, quarterly maintenance and cleaning services as well as potential emergency visits when needed? Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1e38dc81dafc448a84831624aeda5f12/view)
- Place of Performance
- Address: Grand Junction VA Medical Center 2121 North Ave.,, Grand Junction 81501, USA
- Zip Code: 81501
- Country: USA
- Zip Code: 81501
- Record
- SN07705114-F 20260206/260204230038 (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 |