36C78625Q50091 Miramar Janitorial -- S201
ID: QSE--36C78625Q50091Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for janitorial services at the Miramar National Cemetery in San Diego, California, under contract number 36C78625Q50091. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain high cleanliness standards reflective of the cemetery's significance as a National Shrine, including daily inspections and maintenance of restrooms, office areas, and committal shelters. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a total estimated value of $111,792, with proposals due by May 19, 2025. Interested vendors should contact Ralph Crum at ralph.crum@va.gov for further details and to ensure compliance with submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for federal government contracts for commercial products and services, specifying that awards will go to the responsible offeror with the lowest price that meets technical acceptability. The evaluation process includes considering the total price of options alongside the basic requirement. Offers may be deemed unacceptable if option prices are significantly unbalanced. A written award notification to the successful offeror will result in a binding contract, and the government retains the right to accept offers before expiration, with or without negotiation. This provision is essential in understanding how offers are assessed in the context of government RFPs, ensuring fairness while prioritizing cost-effectiveness and technical adequacy.
    The document pertains to a federal Request for Proposals (RFP) related to janitorial services at a facility, identified as contract number 36C78625Q50091. It summarizes a site visit where various vendors expressed interest and posed questions regarding existing services and requirements. Key points include the current consumable brands in use, such as Clea and Neatseat, with no monitoring of usage quantities; staffing levels that currently meet performance standards; and the total contract value of $111,792. The document outlines operational guidelines, including cleaning schedules (one full clean per day for public areas), access protocols for custodial staff, and requisite compliance with USDA Bio-Preferred standards for cleaning chemicals. Specific inquiries about the facility size, the need for laundry services, and security measures for staff access were answered affirmatively or noted as dependent on discretion. The overall purpose of the document is to provide clarity for prospective bidders regarding contract specifications and expectations, facilitating competition and compliance with government procurement processes.
    This document serves as an addendum to the Federal Acquisition Regulation (FAR) 52.212-1, providing detailed instructions for offerors submitting proposals for a competitive federal solicitation. It emphasizes the importance of compliance with submission guidelines, including required forms, acknowledgment of amendments, and a complete price schedule. Offerors must deliver their proposals by the specified deadline, May 12, 2025, while ensuring that all documents are complete and in proper format. A post-award/pre-performance conference will be held to discuss contract performance details following the award. The process will assess proposals based on best value, focusing on lowest price and technical acceptability. Offerors need to provide a work plan, list of necessary equipment, and a training and safety plan that meets relevant standards. Evaluation will be conducted without discussions, although the government may initiate discussions if deemed beneficial. Timeliness and thoroughness are critical, as incomplete proposals may result in disqualification. The document reinforces the need for clear communication and compliance with submission protocols while prioritizing safety and regulatory adherence for contract execution.
    The document appears to contain a range of fragmented and corrupted data likely related to government RFPs (Requests for Proposals), federal grants, and state/local RFPs. Due to the damaged format, specific topics and details are difficult to ascertain. However, the main purpose of the document seems to revolve around the allocation of funds and resources for federal and state initiatives. It suggests a focus on collaborative opportunities for organizations to respond to governmental requests that aim to address various community needs. Despite its compromised state, the document likely encompasses guidelines for submitting proposals, evaluation criteria, and funding opportunities relevant to federal and local agencies. Engaging stakeholders would be a necessary element for promoting transparency and fulfilling government objectives related to public service enhancements. Overall, this document is indicative of the formal processes utilized by governments to disseminate information regarding project funding, which is essential for fostering development and addressing public sector challenges.
    The Department of Veterans Affairs’ National Cemetery Administration seeks janitorial services for the Miramar National Cemetery in San Diego, CA. The contractor must supply all necessary labor, materials, and equipment, adhering to specified cleanliness standards reflective of the cemetery's importance as a National Shrine. The scope includes daily inspections and maintenance of restrooms, office areas, and committal shelters, with strict requirements for public and employee facilities. Quality control plans must be established to ensure compliance, and performance will be routinely evaluated by government personnel. The contractor is responsible for training employees in safety and hygiene standards, maintaining a clean work environment, and adhering to specific schedules, including holiday services. Overall, the contract emphasizes high standards of cleanliness and safety, enforced through regular meetings, inspections, and detailed checklists to ensure the gravesite is treated with reverence and care.
    The government document outlines a Request for Proposals (RFP) for janitorial services, specifically focusing on semi-annual cleanings and daily cleaning services for various buildings, including administrative and employee facilities. The cleaning specifications cover areas like carpets, windows, and flooring, emphasizing hygiene in spaces such as break rooms and restrooms. The pricing details for these services are currently not listed, indicating that quotes are being solicited from vendors. The proposed schedule includes a start date of July 1, 2025, for the base period, extending through six optional periods up to June 30, 2030. Each line item indicates expected service frequency and potential contract durations, highlighting the government's commitment to maintaining clean and safe work environments. The solicitation invites prospective vendors to participate in a structured bidding process for these essential cleaning services, aligned with federal procurement practices.
    The Quality Assurance Surveillance Plan (QASP) for Janitorial Services at Miramar National Cemetery outlines procedures for monitoring contractor performance to ensure compliance with specified standards. The plan serves as a reformulation of traditional quality assurance into a performance management approach, emphasizing outcomes rather than strict adherence to processes. Key roles include the Contracting Officer (CO), who ensures overall contract administration, and the Contracting Officer's Representative (COR), responsible for technical oversight and performance documentation. Performance is evaluated against established Acceptable Quality Levels (AQLs) detailed in the Performance Requirements Summary, with customer feedback playing a critical role in assessing contractor satisfaction. The monitoring methodologies employed include random sampling, periodic inspections, and customer complaints. Documentation of service quality is imperative; the COR prepares monthly reports summarizing performance assessments based on surveillance results. The QASP includes provisions for corrective action if performance falls short, and it establishes a feedback loop for continuous improvement. This plan emphasizes the government’s expectation that contractors manage quality effectively, providing incentives tied to performance outcomes. Overall, the QASP is designed to ensure effective janitorial services while holding contractors accountable for delivering high-quality results in alignment with federal standards.
    The document outlines an amendment (0001) to a solicitation for janitorial services at Miramar National Cemetery, issued by the National Cemetery Administration of the Department of Veterans Affairs. The amendment is effective from May 13, 2025, and provides critical details including a vendor site visit roster and answers to vendor inquiries. The deadline for submitting quotes has been extended to May 19, 2025, at 3:00 PM PST. It emphasizes that these changes do not alter the existing terms and conditions of the solicitation apart from what is specified in the amendment. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. This amendment is part of the broader context of government RFPs, which facilitate the procurement of services essential for maintaining government facilities, thereby ensuring compliance with federal standards and regulations while supporting service delivery to veterans.
    The document outlines a solicitation by the Department of Veterans Affairs for janitorial services at the Miramar National Cemetery in San Diego, CA. It details the bid request (36C78625Q50091) issued on April 27, 2025, with proposals due by May 12, 2025. This contract is set aside for small businesses, particularly service-disabled veteran-owned entities, with a focus on maintaining high cleanliness standards at a national shrine. The contractor must provide labor, materials, and equipment, and adhere to strict performance requirements, including daily inspections and maintenance of various facilities within the cemetery. The statement specifies cleaning tasks across multiple buildings, including administrative and restroom facilities. It mandates compliance with environmental and safety regulations, including the handling of cleaning products. The contractor is responsible for establishing a Quality Control Plan and will undergo regular performance evaluations by the government. The contract will last for a base period of one year, with options to extend for up to five years. Overall, this solicitation underscores the government's commitment to honoring veterans through the meticulous upkeep of memorial sites.
    The document is an amendment to a solicitation for janitorial services at Miramar National Cemetery, issued by the National Cemetery Administration under the Department of Veterans Affairs. Scheduled for effective from May 13, 2025, the amendment extends the submission deadline for vendor quotes to May 19, 2025, at 15:00 PST. It also provides a vendor site visit roster and answers to vendors' questions to facilitate the bidding process. The amendment emphasizes that all terms of the original solicitation remain unchanged unless specifically modified in this document. The amendment underscores the importance of timely acknowledgment of receipt by bidders to avoid rejection of their offers, reflecting standard government procurement procedures.
    Similar Opportunities
    Grounds Maintenance Services, Houston National Cemetery
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for Grounds Maintenance Services at the Houston National Cemetery. The procurement involves a fixed-price contract for a base period of one year, with four additional one-year option periods, focusing on maintaining the cemetery's appearance as a National Shrine through services such as mowing, trimming, edging, and pest control. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561730, with a proposal submission deadline of November 21, 2025, at 3:00 PM EST. Interested vendors must attend a mandatory site visit on October 9 or 10, 2025, and can direct inquiries to Brian Werner at brian.werner2@va.gov.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries in Baltimore, Maryland. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the cancellation of a previous contract award due to a protest and subsequent reassessment of requirements. Grounds maintenance is crucial for maintaining the dignity and appearance of national cemeteries, ensuring they honor the service of veterans. Interested parties can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details regarding this opportunity.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Phase 1 Development of the Jefferson Barracks National Cemetery in Sylvan Springs, Missouri. This project aims to expand the cemetery's burial capacity to serve an estimated veteran population of approximately 208,000 within a 75-mile radius, ensuring continued service until FY 2045. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves general construction and the installation of pre-placed crypts, with an estimated value between $50 million and $100 million. Proposals are due by December 12, 2025, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This construction project, with an estimated value between $10 million and $20 million, involves significant improvements to dam spillways, drainage systems, and associated infrastructure at the cemetery, ensuring compliance with Colorado state regulations. Interested bidders must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a pre-bid site visit on September 16, 2025, to familiarize themselves with the project scope. For further inquiries, potential offerors can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    J035--NEW: STX Maintenance Repair
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for maintenance and repair services for housekeeping equipment at the Audie Murphy VA Hospital in San Antonio, Texas. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and encompasses preventive maintenance and corrective repairs for various equipment, including floor care machines, with a contract duration of one base year and four option years, starting from December 1, 2025. The contractor will be responsible for providing all necessary labor, materials, and transportation, ensuring compliance with OEM standards, and delivering key reports and maintenance logs. Interested parties must submit their proposals by November 17, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-915-4076 for further information.
    AMENDMENT 0003: V212--IDC Wheelchair and Hired Car Service with Ad Hoc Medical Companion San Diego
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for non-emergency wheelchair and hired car transportation services, including medical companion services, for the San Diego VA Medical Center and its associated clinics. The contract, designated as a fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, requires contractors to provide 24/7 service availability, adhere to strict vehicle safety standards, and utilize the VetRide Vendor Portal for trip management, with a minimum guarantee of $1,000 and a maximum aggregate value of $12,000,000 over a base year and four option years from January 1, 2026, to December 31, 2030. Interested parties must submit their proposals via email to Contracting Specialist Katharine Robert at katharine.robert@va.gov by 9:00 AM MT on November 17, 2025, as late submissions will not be considered.
    S208--Landscaping and Grounds Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Landscaping and Grounds Maintenance Services at the VA Greater Los Angeles Healthcare System, specifically for the Sepulveda Ambulatory Care Center & Nursing Home. The procurement aims to secure comprehensive landscaping services, including lawn care, irrigation repair, tree and shrub pruning, fertilization, and trash pickup, with a contract period spanning from December 1, 2025, to November 30, 2030. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must submit their quotes by November 21, 2025, at 10 AM PST, and are encouraged to acknowledge receipt of amendments to the solicitation, with further inquiries directed to Contract Specialist Intern Ositadima Ndubizu at ositadima.ndubizu@va.gov or (562) 766-2252.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the renovation of an Operating Room (OR) for Hybrid use at the VA Northern California Healthcare System located in Mather, California. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS Code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45.5 million. The renovation project is crucial for enhancing healthcare services provided to veterans, ensuring that the facilities meet modern operational standards. Interested parties should note that the solicitation is anticipated to be posted on November 25, 2025, with a closing date of January 9, 2026, at 10:00 AM Pacific Time. All inquiries regarding the proposal must be directed to Contract Specialist Charee Harris via email at charee.harris@va.gov, and it is the responsibility of offerors to monitor the website for any amendments or updates related to this solicitation.
    3825--Street Sweeper
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting offers for a Street Sweeper for the VA Loma Linda Healthcare System, specifically seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to fulfill this requirement. The procurement includes a street sweeper that meets specific criteria, such as a high-pressure washer, fire extinguisher, variable sweeping width, rear safety camera, and a minimum 195 L water tank capacity, along with a one-year extended full-coverage warranty. This equipment is crucial for maintaining cleanliness and safety within the healthcare facility's premises. Interested vendors must submit their quotes by November 20, 2025, at 15:00 Pacific Local Time, and any questions regarding the solicitation should be directed to Contracting Officer Victor Oliveros at victor.oliveros@va.gov by November 14, 2025.