S201--FORT HARRISON JANITORIAL SERVICES
ID: 36C10D25Q0125Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting offers for janitorial services at the Fort Harrison VA Regional Office, specifically targeting verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement aims to maintain a clean and sanitary environment for veterans and employees, with comprehensive cleaning tasks outlined in the Statement of Work, including daily, weekly, and monthly maintenance schedules. This contract, valued at approximately $22 million, includes a base period from September 1, 2025, to August 31, 2026, with options for extension up to four additional years. Interested vendors must submit their proposals, including past performance documentation, by July 31, 2025, to the designated contracting officer, Bertha V Leguizamon, at bertha.leguizamon@va.gov.

    Point(s) of Contact
    BERTHA LEGUIZAMONCONTRACTING OFFICER
    (602) 627-2797
    BERTHA.LEGUIZAMON@VA.GOV
    Files
    Title
    Posted
    The document appears to comprise a series of fragmented and garbled texts, making it difficult to ascertain cohesive information. However, the underlying theme encompasses discussions related to Request for Proposals (RFPs), federal grants, and state/local funding initiatives. Overall, it includes standard procedural elements associated with government funding programs, which typically involve drafting applications, outlining project objectives, and adherence to compliance requirements. Key points likely emphasize the importance of clear documentation, project viability assessment, and the necessity for proposals to align with established federal and local regulations. The intended audience would comprise government agencies and organizations seeking funding opportunities while navigating the complex landscape of regulations and requirements inherent in grant applications and proposals. Despite the document's incoherent presentation, organizations involved in RFP processes should focus on thorough understanding and fulfillment of requirements to secure funding and showcase capability in executing funded projects effectively. This aligns with the broader context of advancing government projects that serve public interests and community development goals.
    The Quality Assurance Surveillance Plan (QASP) for the Fort Harrison Custodial Service Contract establishes guidelines to monitor and evaluate contractor performance related to janitorial services. The document aims to ensure a clean and sanitary environment, crucial for the health of Veterans and employees, in compliance with federal regulations. It outlines the roles of key personnel, including the Project Manager and Contracting Officer’s Representative (COR), emphasizing open communication and fair evaluation of contractor performance. The QASP details performance requirements and surveillance methods, encapsulated in a Surveillance Matrix that defines specific standards and inspection methods. Performance ratings categorize contractor performance from "Excellent" to "Unsatisfactory," allowing clear identification of any deficiencies. The document also includes appendices for corrective action reporting, customer complaint records, and performance assessment reports. As a strategic part of federal contracts, the QASP is intended to foster accountability and quality control throughout the contract duration, ensuring that custodial services meet established standards and facilitating timely resolution of any performance issues.
    The VAAR 852.219-75 outlines the Notice of Limitations on Subcontracting and the Certificate of Compliance for Services and Construction, effective January 2023. This regulation mandates that contractors awarded a contract comply with specific limitations on subcontracting to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For service contracts, no more than 50% of the total government payment may be paid to firms that are not certified SDVOSBs or VOSBs. In the case of general construction, this limit is 85%, while for special trade contractors, it is set at 75%. Subcontracting rules emphasize that any further subcontracting by certified firms will count towards these percentage limits, with certain costs like materials excluded from subcontracted amounts. The document also sets forth the legal implications for making false claims and stipulates that contractors must provide documentation to demonstrate compliance upon the VA's request. Non-compliance can lead to severe penalties, including fines and referral for further administrative action. Contractors must complete and sign a formal certification to affirm their compliance, and failure to do so renders their bids unacceptable for award consideration. This regulation is part of efforts to ensure fair opportunities for veteran-owned businesses in federal contracting.
    The Veterans Benefits Administration has issued a presolicitation notice for Janitorial Services at the Fort Harrison VA Regional Office. This procurement, designated for Service Disabled Veteran Owned Small Businesses (SDVOSBs), aligns with NAICS code 561720. A Request for Quote (RFQ) is expected to be posted shortly on SAM.gov, and interested parties are encouraged to direct inquiries to Contracting Officer Bertha Leguizamon at the provided email address. All questions will be addressed in an amendment to the RFQ, promoting transparency among bidders. This initiative reflects the federal government’s commitment to support veteran-owned enterprises while fulfilling its service needs efficiently. Email communications regarding the RFQ should follow a specific format for clarity.
    The Fort Harrison VA Regional Benefit Office is soliciting offers for janitorial services within its facilities. This Request for Proposal (RFP) is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), in line with federal regulations that ensure these businesses have priority. The selected contractor will adhere to a Performance Work Statement outlining service requirements. Key details include a budget of $22 million, options to extend services for an additional four years, and specific compliance with security and privacy regulations required by the Veterans Affairs. Contractors must submit certifications to demonstrate compliance with stipulated SDVOSB criteria, including pre-requisites related to ownership and control as outlined in federal codes. The procurement encapsulates comprehensive contractual terms including reporting, invoicing, and the necessary administration processes, all designed to ensure integrity and security of operations within the VA framework. This emphasizes the government's support for veteran entrepreneurship while maintaining high service standards for veteran beneficiaries.
    The document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs for janitorial services at the Fort Harrison Regional Office. The purpose of the amendment is to answer vendors' questions, clarify proposal submission instructions, and provide a Past Performance Questionnaire. Key updates include extending the proposal submission deadline to July 23, 2025, and confirming a non-mandatory site visit on July 14, 2025. Offerors are instructed to submit bids via email not exceeding 5 MB per message. It is emphasized that quotes must be submitted in writing to the designated email address. The amendment also updates submission requirements, establishes a deadline for inquiries, and includes information about the performance location and equipment specifications. Additional attachments are referenced, providing further details about the submission process and project requirements. Overall, the document reinforces communication between the VA and potential contractors, ensuring clarity and adherence to regulatory and procedural guidelines within federal contracting processes.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs (VA) for janitorial services at the Veterans Benefits Administration. The amendment extends the deadline for submission of offers to July 31, 2025, at 4 PM EDT, and addresses vendor inquiries regarding the contract specifications. Key details include a breakdown of cleaning surface types (carpet, linoleum, terracotta) and the number of windows to be maintained. The contract involves a base period from September 1, 2025, to August 31, 2026, with options for additional years up to 2030. Vendors must submit their offers via email and ensure that technical sections of their quotations do not include pricing information. The amendment emphasizes the requirement for thorough documentation to facilitate fair evaluation. Overall, the document serves to clarify the solicitation process for interested contractors while ensuring compliance with federal contract procedures.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs for the Veterans Benefits Administration. Its primary purpose is to provide clarifications in response to vendor inquiries. Key topics addressed include guidelines for submitting technical proposals and the requirements for past performance documentation. Specifically, the amendment clarifies that while there is no mandated format for the technical capabilities submission, it must not exceed five pages, and should comprehensively reflect the vendor's understanding and ability to deliver the required services. Furthermore, it outlines the conditions for meeting past performance requirements, emphasizing the need for recent and relevant data, which must be provided through the Contractor Performance Assessment Reporting System (CPARS) or Past Performance Questionnaires (PPQs). The document reiterates that all required documentation, including completed PPQs, must be submitted by the designated deadline, underscoring the importance of compliance for consideration of offers. This amendment showcases the VA's commitment to transparent communication and fair evaluation of vendor proposals in the procurement process.
    The VA Handbook 6500.6 Appendix C establishes security requirements for contractors and subcontractors handling VA information and information systems. All personnel engaged in these contracts must abide by federal laws, VA directives, and relevant security standards. Access to VA information is strictly limited to what is necessary for contract fulfillment, with mandatory background checks for staff requiring such access. Contractors must develop a security plan for services potentially conducted outside the U.S., and they are obligated to inform the contracting officer of employee changes. VA-provided information can only be used for contract purposes, and co-mingling of VA data with other information is discouraged. In case of a security incident or breach, immediate reporting is required, and contractors may incur liquidated damages due to mishandling sensitive personal information. Additionally, contractors must ensure robust training in cybersecurity and privacy is completed by all employees. Compliance with these guidelines is crucial for safeguarding VA data, with provisions for monitoring and potential penalties for violations. This appendix aims to maintain stringent oversight and security of sensitive veteran information in accordance with federal mandates.
    The document outlines detailed specifications for flooring, wall finishes, and ceiling materials for a building project, including dimensions, colors, and manufacturers for various materials such as carpet tiles, ceramic tiles, and painted surfaces. It includes a legend for floor and wall finishes, detailing item types, materials, sizes, styles, and color codes associated with the project. Additionally, there are references to transitional finishes and various construction components like doors and frames.
    The document appears to be a technical drawing accompanying a floor plan for furniture and equipment in the Veterans Benefits Administration Regional Office located in Fort Harrison, Montana. It includes various dimensional measurements with references for installation and locations for functional areas, emphasizing that revisions are reserved for design adaptation. Additionally, it cites the architects and engineers involved in the project along with contact information.
    This addendum to the RFQ outlines the procedures and requirements for submitting quotes for janitorial services under RFQ 36C10D25Q0125. Quotations must comply with strict submission guidelines, including a deadline of July 23, 2025, and must be sent via email to the designated contracting officer. The submission should be formatted into five sections, including the Standard Form 1449, technical documentation, past performance records, price information, and necessary certifications, with a key focus on conciseness and clarity. Vendors must provide comprehensive information that demonstrates their capability to fulfill the contract requirements, as failings in submission can result in non-responsiveness. Additionally, the document highlights the importance of asking questions by a specific date and warns vendors against the inclusion of classified data or hyperlinks in their submissions. Overall, this addendum emphasizes thoroughness in presentation and compliance to facilitate fair evaluations by the Government, reiterating the significance of a timely submission to avoid disqualification from the bidding process.
    The document outlines the evaluation criteria for awarding government contracts for commercial products and services. It emphasizes that the government will select the bid most advantageous to it by considering multiple factors, primarily technical capability and past performance, while price is deemed of lesser importance. Additionally, it mentions a specific consideration for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and formal certifications under the Veterans Affairs Acquisition Regulation. The procedures for evaluating options for extending services, according to FAR 52.217-8, are also described, detailing how these options will not alter the overall price ranking unless specified otherwise. Finally, it reinforces that a binding contract is formed upon acceptance of an offer, clarifying the acceptance process and rights of the government regarding negotiations and withdrawals. This document serves to guide federal procurement processes, ensuring transparency and fairness in contract evaluations.
    The PAST PERFORMANCE QUESTIONNAIRE (PPQ) is a critical document for evaluating contractors' performances related to a federal contract for janitorial services (Solicitation Number 36C10D25Q0125). It requests detailed information from vendors about their performance on prior contracts, including identification details, a description of services performed, and evaluators' contact information. Evaluators must assess the contractor based on seven performance elements: Quality of Service, Timeliness of Service, Business Relations, Management of Key Personnel, Compliance with Environmental and Safety Requirements, Cost Management, and Contractual Considerations. Each element requires ratings from Exceptional to Unsatisfactory along with space for detailed remarks on performance issues, corrective actions, and overall satisfaction. The document aims for comprehensive evaluations to ensure informed decisions in awarding federal contracts, emphasizing accuracy and clear communication. Respondents are instructed to return the completed questionnaire to the designated contracting officer, highlighting the importance of thorough completion to facilitate the contracting process.
    The Statement of Work (SOW) for the Fort Harrison Custodial Service Contract outlines the requirements for custodial services at the Fort Harrison VA Regional Office. The contractor will maintain the facility from Monday to Friday, with potential weekend support, including a 24/7 emergency response. The contractor is required to provide all personnel, equipment, and supplies necessary to perform comprehensive cleaning tasks, which include daily, weekly, and monthly maintenance schedules. Key responsibilities include maintaining cleanliness in bathrooms, offices, and common areas, and adhering to safety and training protocols. The contractor must develop and maintain a Quality Control Plan to ensure compliance with contractual standards and remains accountable for subcontractor performance. Specific deliverables include work schedules, training certificates, and safety data sheets for all cleaning materials used. The SOW emphasizes safety, security, and environmental considerations, with mandatory compliance to federal regulations and standards, including OSHA guidelines. The comprehensive nature of the requirements signifies the commitment of the VA to maintain a clean and safe environment for its employees and visitors while fostering high standards of service quality.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Waste Disposal Services at Ft. Sill National Cemetery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.