S205--Trash Removal and Recycling Services Grand Junction, Colorado
Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CO. Response deadline: Apr 10, 2026. Industry: NAICS 562111 • PSC S205.
Market snapshot
Awarded-market signal for NAICS 562111 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 562111
Description
Request for Quote (RFQ) #: 36C25926Q0384 Trash Removal and Recycling Services This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. SITE VISIT: Due to the urgency (existing contract expiring on 4/30/2026) of this requirement, a site visit will NOT be available prior to the deadline for quotes. QUESTIONS: The deadline for all questions is 12:00pm MST, April 8th, 2026. All questions must be submitted in writing, via email, no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. QUOTES: Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, April 13th, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0384. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective August 26th, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 562111 with a business size standard of $47 million. This solicitation is 100% unrestricted. List of Line Items; Base Year: 5/1/2026 4/30/2027 Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated) 168 JB $ $ 0002 Monthly 8-yard Compactor Rental 12 MO 0003 Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week) 104 JB 0004 Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated) 30 JB 0005 Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year 120 EA 0006 Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week) 52 JB 0007 Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks) 12 MO 0008 Recycling of Wooden Pallets (2x/month) 24 JB Total of Base Year $ Option Year #1: 5/1/2027 4/30/2028 Line Item Description Qty Unit of Measure Unit Price Total Price 1001 Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated) 168 JB $ $ 1002 Monthly 8-yard Compactor Rental 12 MO 1003 Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week) 104 JB 1004 Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated) 30 JB 1005 Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year 120 EA 1006 Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week) 52 JB 1007 Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks) 12 MO 1008 Recycling of Wooden Pallets (2x/month) 24 JB Total of Option Year #1 $ Option Year #2: 5/1/2028 4/30/2029 Line Item Description Qty Unit of Measure Unit Price Total Price 2001 Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated) 168 JB $ $ 2002 Monthly 8-yard Compactor Rental 12 MO 2003 Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week) 104 JB 2004 Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated) 30 JB 2005 Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year 120 EA 2006 Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week) 52 JB 2007 Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks) 12 MO 2008 Recycling of Wooden Pallets (2x/month) 24 JB Total of Option Year #2 $ Option Year #3: 5/1/2029 4/30/2030 Line Item Description Qty Unit of Measure Unit Price Total Price 3001 Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated) 168 JB $ $ 3002 Monthly 8-yard Compactor Rental 12 MO 3003 Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week) 104 JB 3004 Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated) 30 JB 3005 Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year 120 EA 3006 Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week) 52 JB 3007 Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks) 12 MO 3008 Recycling of Wooden Pallets (2x/month) 24 JB Total of Option Year #3 $ Option Year #4: 5/1/2030 4/30/2031 Line Item Description Qty Unit of Measure Unit Price Total Price 4001 Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated) 168 JB $ $ 4002 Monthly 8-yard Compactor Rental 12 MO 4003 Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week) 104 JB 4004 Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated) 30 JB 4005 Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year 120 EA 4006 Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week) 52 JB 4007 Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks) 12 MO 4008 Recycling of Wooden Pallets (2x/month) 24 JB Total of Option Year #4 $ All periods of performance (Base + Option Years) combined: Grand Total $_________ Description of Requirements for the Services to be acquired: *Cut sheets and specification sheets proving the offered products and services meets all testing specifications and requirements provided in the Statement of Work (SOW) must be included with the quote *Failure to meet the requirements listed in the SOW below will result in the offeror s quote not being considered for award. *Failure to provide the required documents or information (information documents, quote with accurate costs, estimated time for completion of project) by the quote deadline will result in the offeror s quote not being considered for award. STATEMENT OF WORK: 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. Trash removal and recycling services shall be provided in accordance with the frequency listed in the price/cost schedule (above) and the SOW (below). However, all services completed within a given month shall be submitted for payment on one monthly invoice, in arrears. REQUIREMENTS: Contractor shall provide containers and services as listed below: One (1), eight (8) yard compactor emptied three (3x) times per week (an additional 12 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed). The services shall be completed on the agreed upon schedule of three (3) pickups per week on Monday, Wednesday, and Friday. The trash compactor must be provided by the vendor. Any costs for the rental fee should be included in the line item listed above. Costs for installation and removal should be included in the rate. The compactor shall be bolted to the ground and include a detachable container for dumping solid waste only. 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 (an additional 6 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed). 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. Disposal fees for each haul shall be invoiced specifying how many tons are included for the haul. Based on past performance, no haul for the 30-yard dumpster is expected to exceed four (4) tons. Twelve (12), 96-gallon recycling carts, emptied one time (1x) per week for aluminum, paper, plastic, and tin. One (1), baler for cardboard cardboard bale pick-ups once every two weeks. Shall be leased to facility; NOT purchased. Installation of the baler and ongoing maintenance shall be included The cost of hauling the baled cardboard should be priced in the monthly rental fee. The vendor s monthly rate should take into consideration any additional revenue received for recycling the baled cardboard. 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 those additional pickups/hauls have been accounted for as an additional quantity in the cost/price schedule. If the Contractor anticipates they will need to exceed the total number of total hauls for the year, as much advance notice as possible (at least 30 days) should be provided to the station POC as well as the Contracting Officer. No additional hauls that exceed the annual total should be scheduled or completed without the Contractor first receiving a modification to the contract that incorporates those additional services/jobs. Disposal services shall include but are not limited to landfill fees, taxes and/or additional expenses (gas, overfill, etc.) 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. The 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) Services and acceptance are to be F.O.B Destination (RFO 52.247-34) at: Grand Junction VA Medical Center (WCHCS) 2121 North Ave., Grand Junction, Colorado 81501 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: (I) Technical capability or quality of the services offered to meet the Government requirement and (II) Price Volume I - Technical capability or quality of the services offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the services to be provided meet or exceed the requirements included in the SOW specified in this solicitation. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability of services offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Factor I. Technical capability of services offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. **The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.** If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s) (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable (X) Number Title Source X 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute X 52.203-13 Contractor Code of Business Ethics and Conduct Statute X 52.203-17 Contractor Employee Whistleblower Rights Statute X 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute X 52.204-9 Personal Identity Verification of Contractor Personnel Other X 52.204-13 System for Award Management Maintenance Statute 52.204-91 Contractor identification Other X 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute X 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute X 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns Statute X 52.219-6 Notice of Total Small Business Set-Aside Statute 52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute X 52.219-8 Utilization of Small Business Concerns Statute 52.219-9 Small Business Subcontracting Plan Statute 52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute 52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute 52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute 52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute 52.219-14 Limitations on Subcontracting Statute 52.219-16 Liquidated Damages Subcontracting Plan Statut…
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.