S205--Trash Removal and Recycling Services Grand Junction VA Medical Center, Colorado
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CO. Response deadline: Feb 11, 2026. Industry: NAICS 562119 • PSC S205.
Market snapshot
Awarded-market signal for NAICS 562119 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562119
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. Trash Removal and Recycling Services 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 need for a new contract to provide trash/waste removal and recycling services. STATEMENT OF WORK (SOW) Summary: The Statement of Work (SOW) covers the furnishing of all necessary labor, material, equipment and supervision necessary to satisfactorily remove recycled materials, trash, and refuse waste from the VA Western Colorado Health Care System (WCHCS) at address: 2121 North Avenue, Grand Junction, CO 81501. REQUIREMENTS: Contractor shall provide: One (1), eight (8) yard compactor emptied three (3) times per week. The services shall be completed on the agreed upon schedule of three (3) pickups per week on Monday, Wednesday, and Friday. A new replacement container for the compactor shall be provided by the Contractor twice per year approx.. every 6 months. The Contractor shall power wash the cement prior to the replacement of the new container for the compactor Two (2), eight (8) yarder trash bin containers emptied two times (2X) per week. One (1), 30 yard roll off dumpster emptied two times (2x) per month. The facility may require unscheduled additional pickup outside of the regular schedule depending on ongoing project and facility needs. The VA COR shall coordinate with the vendor when additional, unscheduled pickups are required. Twelve (12), 96-gallon recycling carts, emptied one time per week for aluminum, paper, plastic, and tin. One (1), bailer for cardboard cardboard bale pick-ups once every two weeks. Shall be leased to facility; NOT purchased. Installation of the bailer and ongoing maintenance shall included Recycling of wooden pallets pick-ups shall be two times (2x) per month. Pallets shall not be put in the 30 yard roll off dumpster as regular waste/trash Contractor shall ensure pallets are not destroyed and are brought to a recycling facility **Additionally, the WCHCS may request additional pickups if the volume trash/recycling generated warrants additional pickups. Disposal services shall include but are not limited to landfill fees, taxes and/or additional expenses related to the disposal of trash, garbage, and any recycling fees. Any trash or garbage scattered by the contractor on the Medical Center grounds shall be immediately recovered and removed by the Contractor. The pickup area shall be left in a clean oil-free sanitary condition. All debris dropped by the contractor shall be promptly removed by the Contractor. Contractor shall return all containers to their proper position. The WCHCS will furnish the necessary electric power to run the hydraulic power system. The contractor shall be responsible for the maintenance and upkeep of the hydraulic power compactor. Trucks and compactors shall be maintained and in good repair so as not to leak hydraulic fluid and other oils/fluids onto the WCHCS grounds and facilities. If the WCHCS determines that the area is not being kept clean by the contractor, the WCHCS will clean the affected area and charge the cleaning to the contractor. WORKMANSHIP: Contractor shall maintain a state of cleanliness inside and outside the compactor Power washing cement prior to installation of new container for compactor 2x/year Area around the compactor and compactor itself shall be kept clean and free of excessive oil/fluids. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building and the lives and health of the contractor s personnel. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provision and action to be taken. The Contractor shall after receipt of such notice immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or representative at the site of the work, shall be deemed sufficient for the purpose of aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. (End of Statement of Work) 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 product will be delivered to 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 11th, 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 SOW above Company s business size in relation to NAICS 562119 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.** Will your company be able to directly provide services? Or will a subcontractor be needed? Only written responses, to items 1 through 5 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
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.