Medical Waste Disposal USP Atwater
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Bureau of Prisons, United States Penitentiary (USP) Atwater, CA, is soliciting proposals for a firm-fixed-price, single award, indefinite delivery requirements contract for Medical Waste Disposal. This opportunity is a Total Small Business Set-Aside for the collection, recording, transportation, and disposal of biohazardous, pharmaceutical, and hazardous waste. Quotes are due by April 20, 2026, at 9:00 a.m. Pacific Standard Time.
Scope of Work
The contractor will provide comprehensive services for the collection, recording, transportation, and final disposal of various waste types, including biohazardous, pharmaceutical (Schedules 1-5), and hazardous waste, specifically for USP Atwater, CA. Services must adhere to EPA Standards and California Department of Public Health (CDPH) regulations. The contractor is responsible for providing all labeled containers, manifesting, and disposal certifications.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery Requirements Contract
- Duration: One (1) base year and four (4) twelve-month option years
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562112 (Waste Treatment And Storage)
- Size Standard: $47 million in average annual receipts
- Place of Performance: United States Penitentiary (USP) Atwater, 1 Federal Way, Atwater, CA 95301
Key Requirements & Special Conditions
Services are required monthly, Monday through Friday, 0730–1300, excluding Federal Holidays. Contractor personnel must wear professional uniforms with clear identification, undergo a National Crime Information Center (NCIC) background check, and are prohibited from carrying cell phones, cameras, or recording devices inside the secure perimeter without authorization. Direct or indirect contact with inmates is strictly forbidden. The contractor must supply OSHA-compliant, reusable, leak-proof containers and ensure their vehicle is equipped with a Biohazard Spill Kit. All reusable containers must be decontaminated per Title 22 California Code of Regulations. Required documentation includes a Uniform Hazardous Waste Manifest and a Certificate of Destruction/Treatment within 45 days of pickup.
Submission & Evaluation
Quotes will be evaluated based on conformity to the Statement of Work (SOW) and overall advantageousness to the Government, with past performance and price being key considerations. Potential vendors must complete their representations and certifications via SAM.gov (FAR 52.212-3). Submissions must include a signed copy of page 1 of SF-1449 (RFQ #15B61826Q00000005) and clearly indicate unit prices and total costs for the base year and all option years.
Deadlines & Contact
- Pre-solicitation Availability: On or after April 06, 2026
- Quote Due Date: April 20, 2026, 9:00 a.m. Pacific Standard Time
- Distribution: Solicitation documents and all future information will be distributed solely through beta.SAM.gov.
- Primary Contact: John Ridgeway, j3ridgeway@bop.gov