S201--Janitorial Services Garner Outpatient Clinic
ID: 36C24625Q0566Type: Solicitation
AwardedJun 5, 2025
$1.2M$1,208,190
AwardeeCHIEF SAFETY SOLUTIONS LLC NEWNAN 30265
Award #:36C24625P1093
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services at the Garner Outpatient Clinic in North Carolina. The procurement requires the contractor to supply a minimum of ten Full-Time Equivalent (FTE) housekeepers to maintain cleanliness across approximately 190,000 square feet of non-clinical areas, adhering to strict health and safety standards. This contract, valued at $22 million, is crucial for ensuring a sanitary environment for patients and staff, with a contract duration from April 1, 2025, to March 31, 2026, and an option for renewal through March 31, 2027. Interested parties must submit their proposals by April 9, 2025, and can direct inquiries to Contract Specialist Daniel W. Spaulding at Daniel.Spaulding@va.gov.

    Point(s) of Contact
    Daniel W SpauldingContract Specialist
    Daniel.Spaulding@va.gov
    Files
    Title
    Posted
    The Garner VA Outpatient Clinic, part of the Department of Veterans Affairs in North Carolina, is seeking a contractor for janitorial services as outlined in their Performance Work Statement. The solicitation, numbered 36C24625Q0566, is designated for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with only one award to be made. The relevant North American Industry Classification System (NAICS) code is 561720 for janitorial services, aligning with a small business size standard of $22.5 million in annual revenue. The solicitation is expected to become available around March 21, 2025, with responses due by March 26, 2025. It is emphasized that interested parties should register on the SAM.gov website for access and must maintain an active registration throughout the bidding process. This presolicitation notice serves as an informational alert, noting that the government is not obliged to issue a solicitation as a result. It underscores the importance of checking the specified website regularly for updates and amendments to the solicitation.
    The document outlines a federal solicitation for janitorial services at the Garner VA Outpatient Clinic in Garner, North Carolina, with a contract value of $22 million. This contract consists of a base period from April 1, 2025, to March 31, 2026, followed by an option for renewal for an additional year. The key responsibilities involve providing comprehensive cleaning and sanitation services in compliance with strict guidelines, specifying a minimum staffing level of ten Full-Time Equivalents (FTE) across two shifts. The contract emphasizes compliance with various health and safety standards, including those set forth by OSHA and infection control protocols. Contractors must undergo rigorous training, submit a quality control plan, and ensure all personnel are fluent in English and possess necessary certifications. The document also features specific performance expectations, such as detailed cleaning frequencies for various areas, the requirement for a Certified Executive Housekeeper, and protocols for reporting damages or safety incidents. This Request for Proposal (RFP) reinforces the federal commitment to leveraging small business participation, as highlighted by the focus on service-disabled veteran-owned businesses, ensuring equal opportunity within the federal contracting landscape.
    This government file pertains to an amendment regarding the solicitation for janitorial services at the Garner VA Outpatient Clinic. The proposal submission deadline has been extended to April 9, 2025, with additional amendments to the submission process including a site visit scheduled for March 27, 2025. Offerors are required to submit quotes in response to the amended solicitation, which must include a work plan demonstrating the technical capability to fulfill the specified janitorial services. Selection will be based on the Lowest Priced Technically Acceptable Quote, evaluating price, technical capability, and past performance through the Contract Performance Assessment Reporting System (CPARS). All bidders must be Service-Disabled Veteran Owned Small Businesses and registered in the System for Award Management (SAM). The document emphasizes compliance with specific instructions for submission and the assessment criteria that will be used to determine contract award eligibility. Furthermore, the file outlines the importance of demonstrating relevant past experience and maintaining thorough communication with the contracting officer for any inquiries. This amendment illustrates the rigorous process involved in federal procurement for services, showcasing the emphasis on compliance and quality standards.
    This document serves as an amendment to a solicitation for the Department of Veterans Affairs, specifically addressing updates to federal acquisition regulations (FAR) in light of Executive Orders 14173 and 14168. Key amendments include the removal of outdated FAR clauses, the introduction of new clauses compliant with current statutes, and guidance on representation and certifications for commercial products. Significant changes also involve the clarification of requirements related to Small Business Administration guidelines and contractor responsibilities, particularly concerning labor standards, equal opportunity regulations, and reporting stipulations. Furthermore, it outlines procedures for acknowledging amendments and modifications to existing contracts, emphasizing the importance of compliance with updated federal requirements across subcontractors and suppliers. This amendment illustrates the government’s commitment to ensuring equitable contracting practices and adherence to statutory updates, ultimately aimed at fostering small business participation and compliance with evolving policies within federal contracts. The information provided is essential for potential offerors to understand their obligations and the regulatory landscape applicable to their bids.
    The document outlines an amendment to a Request for Quotation (RFQ) regarding janitorial services at the Garner Outpatient Clinic, issued by the Department of Veterans Affairs. The amendment's primary purpose is to address earned clarifications from bidders, update sections of the Performance Work Statement (PWS), and provide specific instructions for submitting quotes. Key revisions include amended expectations for compliance with environmental standards, staffing requirements (a minimum of 10 Full-Time Equivalent housekeepers), and performance metrics. Bidder questions are documented with responses concerning site visits, service densities, and prior experience expectations in medical facility cleaning, emphasizing that this contract is new and not associated with previous incumbents. The selection process prioritizes the Lowest Priced Technically Acceptable Quote, focusing on relevant experience, technical capability, and past performance evaluations from the Contract Performance Assessment Reporting System (CPARS). Complete submissions must include a detailed work plan, compliance with safety regulations, and a quality control plan. The document reinforces the VA's commitment to ensure a high standard of cleanliness and safety within its facilities, alongside clarity for contractors during the bidding process.
    This document outlines Amendment 0004 to the Performance Work Statement (PWS) for janitorial services at the Garner Outpatient Clinic, focusing on removing any references to the contractor supplying batteries for dispenser devices. The contract stipulates the provision of non-personal janitorial services over a specified 190,000 square feet of administrative and non-clinical spaces, with a required staff of at least 10 Full Time Equivalents (FTE). Services must be performed five days a week, with detailed requirements for cleaning frequency across various areas including restrooms, offices, and common spaces. The contractor is responsible for ensuring compliance with quality standards set by the VA, OSHA, and the Joint Commission, along with adhering to safety protocols. Training requirements for contractor personnel are emphasized, highlighting infection control, proper equipment handling, and compliance with applicable safety regulations. The amendment indicates that the government's oversight is limited to ensuring that clean and safe environments are maintained without direct supervision over contractors. This document serves as a critical component of the contracting process to ensure that quality janitorial services meet federal and local expectations.
    The Performance Work Statement (PWS) outlines the requirements for janitorial services at the Garner Outpatient Clinic, denoting a non-personal services contract. The contractor must provide a minimum of ten Full-Time Equivalent (FTE) housekeepers across two shifts, ensuring a cleaning regimen for approximately 190,000 square feet. The services include daily and weekly cleaning tasks for various areas, including restrooms, offices, and common areas, with specific protocols for health and safety compliance, including the use of approved disinfectants. The contractor is mandated to develop a Quality Control Plan and adhere to OSHA safety regulations while providing necessary training for staff. Equipment, cleaning supplies, and personal protective gear must be supplied by the contractor, and stringent invoicing and communication procedures with the Contracting Officer Representative (COR) must be maintained. The document emphasizes rigorous standards for cleaning, staff qualifications, and compliance with federal guidelines, ensuring the facility maintains a safe and sanitary environment for patients and staff. This contract is part of a broader government initiative to enhance operational efficiency through outsourcing essential services.
    The document appears to be a corrupted or improperly encoded file containing various fragmented sections that reference topics related to government requests for proposals (RFPs), grants, and local initiatives. The file fails to consistently convey coherent information due to formatting issues and possible data corruption, making it challenging to extract clear content or context. Despite the lack of clarity, the general topic of the document revolves around federal and state RFPs and grants, which are mechanisms used by government entities to solicit proposals from businesses and organizations to fulfill specific needs or projects. Key ideas relevant to such documents may include guidelines for application processes, eligibility criteria, funding amounts, and compliance requirements. However, due to the compromised integrity of the text, critical analysis reveals that the necessary details to construct a comprehensive understanding of any particular RFP, grant eligibility, or specific projects are inadequately represented. The document reflects the foundational principles of government procurement and funding initiatives but lacks the specific details usually present in formal RFPs or grant documents. The distorted segments imply a need for clarification and remediation to regain the intended informative context.
    The provided document contains a comprehensive inventory of various departments, services, and facilities under a federal and local government RFP initiative. The listings include specific areas designated for different functions such as biomedical, education, environmental management, pharmacy services, radiology, and support services, among others. Each section systematically categorizes spaces like examination rooms, waiting areas, staff lounges, and storage facilities, alongside their respective identification codes. The primary objective of this document appears to be to enable efficient resource allocation and operational planning within government healthcare and support services. By outlining specific areas and their functions, the document serves as a tool for stakeholders to understand spatial logistics and prioritize renovation or maintenance efforts effectively. The emphasis on detailed room designations and departmental functionalities underscores the government's commitment to optimizing infrastructure that supports healthcare delivery, while adhering to regulatory requirements. Overall, this document serves as a foundational reference for managers, engineers, and policymakers involved in federal healthcare planning and operations.
    The document appears to be a comprehensive inventory or layout highlighting the various rooms and functions within a healthcare facility, likely related to a government RFP or grant concerning health services. It details a multitude of locations, including patient examination rooms, waiting areas, nurse stations, and various specialized treatment and consulting rooms, grouped by their respective floors and area codes. Key points include: - Designation of each room, such as audiometric exam, consultation spaces, specialty procedure rooms, and staff areas. - The organization of the document suggests a systematic approach to describing facility operations, essential for planning and potential funding by state or federal agencies. - Specific room functions emphasize accessibility, patient care, and specialized treatments, aligning with healthcare goals of improving patient outcomes and operational efficiency. The purpose of this document is to provide a clear and organized reference for stakeholders involved in healthcare facility operations and improvements, underlining the importance of structured planning in securing governmental funding or grants for health services.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Garner VA Outpatient Clinic in North Carolina. It specifies a contract duration from April 1, 2025, to March 31, 2026, with a potential option for renewal through March 31, 2027. The contractor must provide a minimum of ten Full-Time Equivalent (FTE) housekeepers, manage cleaning across approximately 190,000 square feet of non-clinical areas, and coordinate work schedules to minimize disruption to VA operations. Key features include compliance with health and safety regulations, detailed cleaning tasks and frequencies, and requirements for worker training and uniforms. The document emphasizes the need for the contractor to have a Certified Executive Housekeeper responsible for overseeing operations. It outlines payment terms via electronic invoicing and incorporates relevant federal acquisition regulations, ensuring adherence to standards specific to the Department of Veterans Affairs and small business requirements. The RFP holistically addresses the project’s scope, performance expectations, and compliance guidelines, reinforcing the VA's commitment to maintaining a sanitary environment for its patients and staff.
    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.
    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.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    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.
    S222--Grease Tank Maintenance Services| Corporal Michael J. Crescenz (Philadelphia) VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Grease Tank Maintenance Services at the Corporal Michael J. Crescenz (Philadelphia) VA Medical Center. This procurement involves a firm fixed-price contract for preventive maintenance services, including cleaning grease tanks, floor drains, and sewer lines, with a contract period spanning from February 1, 2026, to January 31, 2031, consisting of a one-year base period and four one-year options. These services are crucial for maintaining the facility's waste management systems and ensuring compliance with health and safety regulations. Interested parties must submit their quotes by December 30, 2025, and direct any inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for linen and laundry services for the Northeast Ohio VA Medical System, specifically the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive hospital linen laundering services, including patient clothing, specialty items, and uniform purchases, with a focus on maintaining high standards of hygiene and service delivery. This contract, which is open to full and open competition, has an estimated total value of $8,900,000 over its performance period, which includes a base period from April 1, 2026, to August 31, 2026, and three option years extending through August 31, 2029. Interested vendors must submit their quotations by January 16, 2026, and can direct inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov.
    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.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.