4540--Hines FY 26 Waste Management (VA-26-00029929)
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: IL. Response deadline: Feb 16, 2026. Industry: NAICS 562119 • PSC 4540.
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
Introduction This is a REQUEST FOR INFORMATION only. Pursuant to FAR Part 10.002(b)(2)(iii) and (viii) (Market Research), the purpose of this notice is to: 1. Determine the commercial practices of companies engaged in providing the service needed; 2. Determine feasibility of use of General Services Administration (GSA) Federal Supply Schedule (FSS) Pursuant to FAR Part 8, FAR Part 12, FAR Part 13, and/or FAR Part 15; and 3. Determine availability of Service Disabled Veteran Owned Small Business (SDVOSB) and VOSB set aside pursuant to FAR Part 19 This notice in no way obligates the Government to any further action. Requirement This notice is issued by the Department of Veterans Affairs (VA), Strategic Acquisition Center, Frederick, MD (SAC-F), to identify sources capable of providing the services described in Performance Work Statement (PWS) for HITC Waste Management below. THERE IS NO SOLICITATION AT THIS TIME RFI SUBMISSION INSTRUCTIONS All responses must be submitted to Riley Bender (Riley.Bender@va.gov) and Michael Silva (michael.silva3@va.gov) by 3:00PM EST, on or before February13, 2026 with a Subject line of "HITC Waste Management RFI Response". Responders will receive an electronic confirmation acknowledging receipt of a response but will not receive individualized feedback on any questions. If your company has the potential capability to perform these contract services, please respond to this Request for Information by providing a capability statement. The number of pages is limited to a total of 10 pages; size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Times New Roman fonts are required. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. The Capabilities Statement must include answers to the capability questions. Please ensure the question number is referenced within the RFI response. Below are the capability questions to be answered: Provide a brief corporate profile of your company. Information in this profile should include: Organization name; UEI; Organization's website; Contact Name; Contact Telephone; Contact E-mail address. Business Size (Large, Small, SDVOSB/VOSB, etc.) NAICS code is 541219, if believed a better NAICS code is suitable please indicate which one and why. For vendors that are SDVOSB, are you able to perform 51%? If applicable, GSA Schedule/Contract Number, schedule and SIN category. List any previous or existing contracts you have with the VA where similar work was performed to this requirement. Also, is there an existing contract vehicle you recommend be used for this procurement? What contract vehicle do you recommend for this requirement? What pricing structure do you recommend? Does your organization have an existing GSA schedule for this type of requirement? What key questions do you need to see answered in a future PWS/SOW before you decide to respond to the solicitation? Please describe your work experience handling pickup and disposal of waste and recycling. Disclaimer: This Request for Information is for market research purposes only and does not constitute a Request for Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided. No basis for a claim against the Government shall arise from a response to this Request for Information or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Request for Information, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised, the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Request for Information. PERFORMANCE WORK STATEMENT 1. BACKGROUND The Department of Veterans Affairs, Hines Information and Technology Center (HITC) currently has a requirement for waste and recycling pick-up services. 2. SCOPE OF WORK The contractor shall provide all resources necessary to accomplish the deliverables described in the (PWS), except as may otherwise be specified. The contractor shall be responsible for providing HITC with waste and recycling containers for pick-up and disposal at building 215, which includes the following: a. Twenty (20) clean and sanitary 65-gallon recycling totes; b. Four (4) bales of cardboard on pallets; c. One (1) tri-wall container for electrical waste on a pallet; d. Two (2) 10-yard dumpsters One (1) time weekly for miscellaneous waste; and e. One (1) 30-yard roll-off dumpster for waste. This process is completed on the dock area at Building 215 where everything is secure. A warehouse staff member is always present to monitor the pickup up process. Contractor employees will not be allowed inside the facility. A receipt shall be provided for each pick-up. PERFORMANCE PERIOD The period of performance is one (1) year base with four (4) one-year option periods. Period Estimated Dates Base May 03, 2026 May 02, 2027 Option One May 03, 2028 May 02, 2029 Option Two May 03, 2029 May 02, 2030 Option Three May 03, 2030 May 02, 2031 Option Four May 03, 2031 May 02, 2032 Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are ten (11) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's Day January 1 Juneteenth June 19 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November PLACE OF PERFORMANCE Tasks under this PWS shall be performed at: The Department of Veterans Affairs Hines Information and Technology Center (HITC) 5000 S. 5th Avenue Building 215 Hines, IL 60141
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of Veterans Affairs (VA) is seeking information regarding potential service providers for waste management at the Hines Information and Technology Center (HITC). This opportunity is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and intends to gather capabilities and suggestions regarding the provision of waste and recycling services, including specific container needs. Interested parties are required to submit their capability statements by February 13, 2026, detailing their relevant experience and compliance to the Performance Work Statement (PWS) requirements.
The VA aims to evaluate market capabilities for waste management services including waste disposal and recycling at the HITC facility. They seek to ascertain suitable service providers and their practices for a potential contract.
- Understand market practices for waste management
- Identify sources for performing waste management services
- Gather input on pricing structures and suitable contract vehicles
- Capability statement including corporate profile
- Answers to specific capability questions
- Contact information for the company
- References of previous contracts with the VA
- Recommendations for contract vehicles
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- No specific contact names listed for follow-up
- No detailed information on existing vendors for waste management
- Unclear criteria for evaluating responses to the RFI
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.