Request for Janitorial Services
ID: 36C10X25Q0086Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, 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 (VA) is seeking qualified contractors to provide janitorial services at the Doris Miller VA Medical Center located in Waco, Texas. The procurement aims to secure comprehensive cleaning services, including daily and periodic cleaning, emergency responses, and adherence to federal health and safety regulations, under a Firm-Fixed Price Contract valued at approximately $22 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the VA's commitment to supporting veteran entrepreneurs. Interested parties must submit their proposals by July 24, 2025, and can direct inquiries to James Heffner at james.heffner@va.gov or Brandi Luna at brandi.luna@va.gov for further information.

    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) by the Department of Veterans Affairs for janitorial services at the Doris Miller VA Medical Center. The procurement falls under a Firm-Fixed Price Contract with an estimated total award amount of $22 million, targeted specifically towards Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The RFQ specifies a structured approach with a 12-month base period, followed by four optional renewal periods. Key deliverables include daily and periodic cleaning services, emergency cleaning responses, and compliance with federal regulations. The contractor's responsibilities encompass managing personnel, maintaining cleanliness per industry standards, conducting regular quality control inspections, and ensuring compliance with safety and health regulations. The RFQ also outlines specific metrics for performance evaluation, emphasizing minimal customer complaints and timely reporting. Furthermore, contractor personnel must pass background checks and adhere to VA security protocols while ensuring all cleaning supplies and practices meet specified safety standards. The overarching goal is to maintain a professional and sanitary environment for the Medical Center, reflecting the VA's commitment to service excellence and veteran care.
    This document is an amendment to solicitation number 36C10X25Q0086 for a contract associated with the Department of Veterans Affairs. The primary purpose of the amendment is to provide necessary updates regarding the solicitation process, including a preliminary site visit, an extension of the offer due date, and instructions for registration for the site visit. The new deadline for submission of offers is extended by ten calendar days to July 15, 2025, at 4:30 PM EDT. A pre-proposal site visit is scheduled for July 2, 2025, at the Doris Miller VA Medical Center in Waco, TX. This visit aims to allow prospective contractors to inspect the site and gain insights that may affect their bids. Attendance is limited to two representatives per contractor, and prior registration is required by July 1, 2025. Contractors are instructed to submit questions about the solicitation via email by July 7, 2025, to designated contacts at the VA. The amendment emphasizes the importance of understanding site conditions and establishes guidelines for participation in the process.
    The document pertains to amendment 0001 of solicitation number 36C10X25Q0086, issued by the Department of Veterans Affairs' Strategic Acquisition Center in Frederick, Maryland. The primary objective of the amendment is to provide final instructions for a scheduled site visit and responses to questions posed by potential contractors regarding the solicitation. Key points include specifics on the site visit logistics, including a mandatory meeting point with the Facility Manager and the importance of timely arrival. The responses to questions clarify contractor responsibilities, such as furnishing cleaning supplies and equipment, details on window cleaning requirements, the scope of janitorial services for building 92, and eligibility criteria for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The document emphasizes that offerors must be verified in the VetCert database and hold an active System for Award Management (SAM) certification to participate. The importance of site inspection before contract bidding is highlighted, ensuring that contractors assess conditions affecting performance and cost. Overall, this amendment outlines procedural updates necessary for potential bidders while reinforcing compliance with government regulations and maintaining standards for service performance.
    This document outlines Amendment 0003 of solicitation number 36C10X25Q00086 related to a contract for various cleaning services under the Department of Veterans Affairs. The amendment primarily updates the pricing schedule by removing window cleaner CLINs and revising Sections relevant to pricing instructions and award considerations. The amendment outlines the need for all offerors to acknowledge receipt through specific methods and lists requirements for submissions, which include using a mandated pricing template that details unit and total prices for each line item. Offerors are required to ensure the accuracy and completeness of their proposals, with a focus on the total evaluated price, which will inform the contract award decision. The evaluation will assess various factors, including price completeness, reasonableness, and the risk associated with unbalanced pricing. The key objective is to ensure that all participants provide compliant and competitive pricing while adhering to federal acquisition regulations. This process demonstrates the government's commitment to obtaining fair and effective services while maintaining transparency in procurement practices.
    The document is an amendment to solicitation number 36C10X25Q00086 from the Strategic Acquisition Center at the Department of Veterans Affairs. It announces an extension of the deadline for offers from July 15, 2025, to July 22, 2025, at 4:30 PM EDT. Additionally, it indicates that a revised Performance Work Statement (PWS) and responses to questions submitted by bidders will be provided later. The amendment requires that offers acknowledge receipt of the amendment and adopt one of the specified methods for acknowledgement, emphasizing the importance of timely receipt to avoid rejection. The document underlines administrative modifications while maintaining the original contract's terms and conditions. This amendment facilitates a smoother bidding process, aligning with the agency's procurement practices.
    This document pertains to Amendment 0005 of the solicitation number 36C10X25Q0086 issued by the Department of Veterans Affairs for janitorial services at the Doris Miller VA Medical Center. The amendment extends the proposal due date from July 22, 2025, to July 24, 2025, and revises the Performance Work Statement (PWS) to clarify specific requirements including operational hours, deliverables, and reporting frequency. Key changes involve adjusting the working hours, modifying reporting schedules from monthly to quarterly, and outlining the contractor's duties in managing cleaning operations, including responsibilities during emergencies. The contract type is classified as Indefinite Delivery Indefinite Quantity (IDIQ) with subsequent task orders awarded as Firm-Fixed. The contractor is required to provide all labor, supervision, materials, and equipment needed for services, focusing on maintaining a clean environment compliant with federal and local regulations. The document also addresses performance metrics, contractor responsibilities, and security requirements. Overall, this amendment enhances clarity and compliance about the services expected while emphasizing the importance of submission guidelines for potential contractors.
    The document outlines Wage Determination No. 2015-5257 under the Service Contract Act, detailing minimum wage and fringe benefit requirements for contracts in Texas County, Smith. It specifies pay rates for various occupations, stipulating that contracts initiated or extended after January 30, 2022, must adhere to updated minimum wage rates dictated by Executive Orders 14026 and 13658, with applicable rates set at $17.75 and $13.30 respectively for covered workers. The document provides a comprehensive list of occupations and associated wage rates, alongside mandated benefits, including health and welfare contributions, paid sick leave, vacation, and holiday requirements. The intent is to ensure fair compensation and benefits for workers engaged in federal service contracts, promoting adherence to labor standards and protection of employee rights. Key provisions include conformance processes for unlisted jobs, uniform allowances, and additional pay for night and hazardous work. This wage determination serves as a regulatory framework within federal contracting, guiding contractors towards compliance with labor laws.
    The document outlines a template for providing past performance references in response to government Requests for Proposals (RFPs) or grants. It is structured to collect detailed information regarding the offeror's previous contractual work, focusing on relevance, performance issues, and resolution actions. Each reference section includes fields for the offeror’s name, relationship to subcontractors, contract details, and contact information for contracting officers and program managers. It necessitates a clear description of the work performed as it relates to the current solicitation and requires candidates to discuss any performance issues encountered, alongside the corrective measures implemented. This framework is crucial for assessing an applicant's past performance, which is a significant factor in awarding contracts or grants in the federal and state sectors, ensuring accountability and reliability in public procurement processes. Proper completion of this section is vital for the evaluation and selection process in competitive government contracting.
    The Past Performance Questionnaire (PPQ) is part of the evaluation process for a competitive service contract by the Department of Veterans Affairs (VA). It seeks feedback from references regarding the contractor's performance on a specified contract. The questionnaire assesses various aspects, including overall quality, delivery performance, service effectiveness, problem resolution, and staff quality, using a rating scale from not applicable to exceeding standards. Additionally, questions address any adverse performance issues, such as cure notices or terminations, the contractor's past interactions with problems, and past performance information storage. The document also gathers details on the contract period, dollar value, and a brief description of the services provided. The completed PPQs are essential for evaluating contractor reliability and informing future contract awards, highlighting the VA's commitment to maintaining high standards in service procurement.
    The document is a registration form for a site visit related to the Department of Veterans Affairs (VA) Financial Services Center Janitorial Service project, specifically for the Doris Miller VA Medical Center. It outlines essential details for interested contractors, including the solicitation number (36C10X25Q0086), the project title, the scheduled site visit date of July 2, 2025, at 09:00 AM, and the proposal due date of July 15, 2025, by 4:30 PM EST. The form includes fields for attendees to provide their personal and company information, although some fields remain empty. There is a mention of additional requirements to be found in amendment 0001, signifying potential updates or changes to the original request for proposals. The main purpose of this document is to facilitate contractor engagement and compliance with the VA's requirements for the janitorial services project, a vital aspect of maintaining the medical center. This document reflects standard procedures in government RFP processes, emphasizing transparency and contractor participation in federal projects.
    The document outlines the pricing structure for janitorial services in Waco, TX, under a federal task order. It specifies various services to be provided, including daily janitorial tasks for break rooms, restrooms, secure areas, and emergency cleaning services (minor, medium, and major). Offerors must complete the pricing schedule, detailing estimated quantities, unit prices, and total prices for each service over a base period. The document also incorporates a labor breakdown section where bidders input the proposed labor categories, hours, and fully burdened rates for different tasks. This pricing information is essential for evaluating offers from potential contractors, ensuring compliance with federal bidding requirements. Overall, the file serves as a structured template for solicitations related to janitorial service contracts, emphasizing transparency and detail in cost estimation and service delivery.
    The document outlines the pricing structure for a federal Request for Proposal (RFP) related to janitorial services for the FSC in Waco, TX. It includes specific tasks required, such as daily janitorial services for various areas (e.g., break rooms, restrooms, secure areas), emergency cleaning services, and floor stripping. The pricing schedule requires offerors to fill in unit prices and total pricing for each task, reflecting estimated quantities over a monthly basis. The document emphasizes the need for a labor breakdown, requiring details on proposed labor categories, hours worked, and fully burdened rates. Offerors must ensure that the total prices align with an attached price schedule to maintain consistency. This pricing format is typical for government contracts, ensuring transparency and cost-effectiveness. The document serves as a guide for potential bidders to submit their proposals while adhering to federal regulations and expectations for service delivery and pricing accuracy within governmental projects.
    The document outlines the pricing schedule for daily janitorial services at the Federal Supply Center in Waco, Texas, under a Request for Proposals (RFP). It requires offerors to fill in their names and complete a price schedule by specifying unit prices and total costs for various cleaning tasks, which include service categories such as break room cleaning, restroom maintenance, and secure area sanitation. The total price calculations depend on the hours of labor provided by different types of personnel such as cleaners and janitors. Additionally, emergency cleaning services are categorized into minor, medium, and major to facilitate pricing for various levels of urgency. The structure emphasizes precise calculations, linking labor hours to total costs while ensuring that totals match those in the Attachment B Price Schedule. This RFP reflects the government's aim to procure efficient janitorial services through a thorough and structured process with clear guidelines for potential contractors.
    The document references a space of 1,228 square feet, suggesting it is part of a federal RFP or grant request for a project that may involve real estate considerations, such as lease proposals or facility requirements. This measurement could pertain to office space, storage, or other operational facilities needed for a governmental program or project. The succinct nature of the file indicates the potential for a specific need within a larger procurement process, aiming to inform stakeholders about space requirements. Understanding the context of this information is crucial, as it may impact budget allocations, vendor responses, or planning for state and local initiatives seeking federal support. Overall, the reference implies a logistical element within broader federal funding applications or local project proposals aimed at efficient resource utilization.
    The document appears to be a schematic layout or access plan for an assembly area, likely intended for public or government use, as indicated by the presence of various functional spaces. Key features include designated areas for bathrooms, a breakroom, an elevator, storage, and a janitorial closet, suggesting a focus on accessibility and utility. The layout spans various years, indicating a timeline of modifications or planned developments through to 2050. The structural arrangement supports efficient movement and accessibility within the assembly area, reflecting considerations typical in government or public facility management. It serves as a foundational reference for future enhancements or regulations linked to public service facilities and may be aligned with federal grants or RFPs pertinent to infrastructure improvement efforts. This document, while primarily logistical, underscores the importance of planning in meeting both functional needs and regulatory standards in public spaces.
    The document outlines a Request for Information (RFI) for the VA FSC Relocation Services. It serves as a pre-proposal inquiry form where potential bidders can ask questions pertaining to the project's specifications and provisions, detailed in the Performance Work Statement (PWS). The structure includes a solicitation number and sections for recording questions and responses that arise during the inquiry process. Such RFI mechanisms aim to clarify requirements and streamline the proposal submission process for contractors interested in providing relocation services to the Veterans Affairs facility. This document reflects the federal government's approach to ensuring transparency and responsiveness in contracting, ultimately facilitating better project outcomes through contractor engagement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    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.
    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.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    DFW Universal Waste Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for universal waste removal services at the Dallas-Fort Worth National Cemetery under Solicitation Number 36C78626Q50028. The contract encompasses the collection, removal, and disposal of various hazardous wastes, including used oil, coolant, and oily water, over a base year and four option years from 2026 to 2030. This procurement is critical for maintaining environmental safety and compliance with federal regulations, requiring contractors to have relevant experience, licenses, and adherence to safety standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit questions by December 12, 2025, with responses provided via amendment by December 16, 2025; for further inquiries, contact David Hester at David.Hester@va.gov.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    Custodial Services at TX201
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.