7240--07-15-2025 | Bathroom Caddy Cleaner | VA-25-00036068 | Brand Name or Equal Solicitation
ID: 36C25925Q0668Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Polish and Other Sanitation Good Manufacturing (325612)

PSC

HOUSEHOLD AND COMMERCIAL UTILITY CONTAINERS (7240)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking quotes for the procurement of Bathroom Caddy Cleaners, specifically the Hillyard Trident CC17XPC model or an equivalent, to support the Sheridan VA Medical Center in Wyoming. The procurement is a 100% small business set-aside, requiring vendors to provide new, original equipment manufacturer (OEM) products, as gray market items will not be accepted. These cleaning units are essential for maintaining hygiene standards in medical facilities, ensuring effective cleaning and disinfection of bathrooms and patient areas. Interested vendors must submit their quotations by August 22, 2025, at 1 PM MST, and direct any inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.

    Point(s) of Contact
    Jason LawrenceContract Specialist
    (000) 000-0000
    jason.lawrence3@va.gov
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for a contract issued by the Department of Veterans Affairs (VA) for the procurement of bathroom caddy cleaners, specifically the Hillyard Trident CC17XPC model or equivalent. The solicitation number is 36C25925Q0668, and all quotes are due by August 22, 2025. The procurement is 100% set aside for small businesses operating under the North American Industry Classification System (NAICS) code 325612, with a maximum employee count of 900. Vendors must ensure their offerings are new, original equipment manufacturer (OEM) products to avoid the acceptance of gray market items. Bidders are required to submit comprehensive quotations detailing technical capabilities, pricing, and adherence to the Buy American certification. The evaluation will consider technical quality, pricing, and compliance with submission instructions, with the government favoring offers that meet or exceed specified requirements. Notable clauses and certifications are referenced within the document, emphasizing the importance of compliance throughout the bidding process. This solicitation underscores the VA’s initiative to upgrade cleaning equipment with efficient and compatible products, ensuring functionality for hygiene purposes in medical facilities.
    The Sheridan VAHCS Housekeeping team seeks to acquire ten new wall washing units, known as Cleaning Companions, to replace their aging equipment. These units are essential for maintaining infection control standards in restrooms and patient areas across the medical center campus. Key requirements for the new units include a minimum 150psi pump, 1.5 GPM water flow, 17-gallon internal water tank, 13-gallon recovery tank, 15-inch application wand/hose, 18-inch squeegee, and an adjustable extension pole. The units must be 110v electric plug-in, come with comprehensive operation and maintenance manuals, and have a warranty repair service, chemical, and parts source within a three-hour drive of Sheridan County, Wyoming. Each unit must also include a minimum one-year warranty for parts and labor, and will be delivered to the Sheridan VA Medical Center.
    The "Buy American Certificate" provision (FAR 52.225-2) requires offerors to certify the domestic origin of end products. It distinguishes between domestic and foreign end products, with specific requirements for identifying those manufactured in the U.S. that do not qualify as domestic, including their domestic content percentage. Offerors must also list domestic end products containing critical components. The provision defines key terms like "commercially available off-the-shelf (COTS) item," "critical component," "domestic end product," "end product," and "foreign end product." The government evaluates offers based on Federal Acquisition Regulation (FAR) Part 25 policies and procedures. This provision ensures compliance with Buy American Act requirements in federal procurement processes.
    The Sheridan VA Healthcare System (VAHCS) has issued a Request for Proposal (RFP) for the procurement of 10 Cleaning Companion wall washing units to replace outdated equipment used by its housekeeping team. The current units are critical for maintaining cleanliness in restrooms, patient rooms, and similar areas, with integrated chemical injection for infection control. Specifications for the new units include a minimum 150 PSI pump, a 17-gallon internal water tank, a 13-gallon recovery tank, and various essential accessories such as an application wand, squeegee, and an adjustable extension pole. The units must also be powered by a standard 110v electrical source and come with detailed operations and maintenance manuals. Each unit is required to have a one-year warranty for parts and labor, with repair services and parts available within a three-hour drive from Sheridan County, Wyoming. Bidders must present product literature demonstrating compliance with specifications. The objective of this procurement is to ensure the VAHCS can maintain high standards of hygiene and cleanliness across its facilities.
    The "Buy American Certificate" provision (Oct 2022) outlines requirements for Offerors regarding domestic and foreign end products in federal procurements. The Offeror certifies that each end product is a domestic product, except those specified as foreign, and that domestic products contain a critical component. They must identify foreign end products that do not qualify as domestic and indicate if these have more than 55% domestic content, unless they are Commercial Off-the-Shelf (COTS) items. The document also requires a separate listing for domestic products containing critical components. The government will assess offers based on Federal Acquisition Regulation policies. This provision underscores the importance of ensuring that U.S. government procurement supports domestic manufacturing and preserves American jobs by privileging domestic products over foreign alternatives.
    This document is an amendment to a combined solicitation (36C25925Q0668) for a "Bathroom Caddy Cleaner - Brand Name or Equal" for the Department of Veterans Affairs, Network Contracting Office 19, located in Greenwood Village, CO. The solicitation is a Small Business (SB) set-aside, with a response date of August 22, 2025, at 1 PM Mountain Time. The place of performance is the Sheridan VA Medical Center in Sheridan, WY. The amendment provides final questions and answers. The government clarified that pricing is provided by vendors in competitive quotes, and the cosmetic appearance of the product is not a decision factor. No further questions will be answered.
    Lifecycle
    Title
    Type
    Similar Opportunities
    3510--ScrubX Machine Kansas City VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide and install ScrubEx and alEx linen dispensing systems, along with necessary accessories, for the Kansas City VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside and includes requirements for web-based tracking software, specific machine dimensions, and compliance with VA information security protocols. The ScrubEx machines are crucial for efficient linen management within the medical facility, ensuring that the VA can maintain high standards of hygiene and operational efficiency. Interested contractors should contact Contract Specialist Paul Dixon at paul.dixon@va.gov for further details, with the solicitation number being 36C25526Q0060.
    6640--Lab Dishwasher
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a laboratory dishwasher, specifically a Brand Name or equal to the Steris Reliance 400XL Dishwasher, as part of a Sources Sought Notice (Solicitation Number: 36C26326Q0181). The procurement includes a single-door, steam-heated unit with essential features such as a heat recovery system, color touch screen programmable logic controller, HEPA-filtered drying, and various safety mechanisms, along with additional components like a non-vented drying system and a transfer cart. This specialized equipment is crucial for maintaining cleanliness and sterilization in laboratory environments, ensuring compliance with the Buy American Act, which requires vendors to specify the place of manufacture. Interested parties must submit their responses by December 10, 2025, at 4:00 PM Central Time, and can contact Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or 319-688-3631 for further information.
    S299--DC Automated Scrub wear & Linen Dispensing/receiving/combo Rental equipment AMENDMENT 1 RFQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for a one-year contract to rent 20 automated linen and scrub wear dispensing/receiving machines for the Washington DC Healthcare System. This procurement includes the provision of new equipment, installation, deinstallation, maintenance, training, and software for inventory management, with specific requirements for various machine types such as large and medium dispensers and receivers. The contract is crucial for enhancing operational efficiency in healthcare settings by ensuring a reliable supply of linens and scrub wear. Interested vendors must submit their quotes by December 8, 2025, at 12 PM EST, and can contact Stephanie Henderson at stephanie.henderson3@va.gov for further information.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Buyer not available
    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.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.
    H312-- FIRE AND SMOKE DAMPER INSPECTION SERVICES
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Fire and Smoke Damper Inspection Services at the Sheridan VA Health Care System in Wyoming. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to conduct inspections, testing, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, with inspections mandated every four years. This service is critical for ensuring compliance with safety standards and maintaining the integrity of fire control systems within the facility. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
    J065--Hand Hygiene Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a Hand Hygiene Monitoring System to be utilized at the Lt. Col. Luke Jr. Weathers VA Medical Center in Memphis, TN. The system must provide continuous 24/7 monitoring of hand hygiene practices, include a staff-worn device with notifications, and operate on a non-VA network while ensuring HIPAA compliance. This procurement is set aside for small businesses under NAICS code 339112, with a contract period from January 1, 2026, to September 30, 2031. Interested vendors must submit their quotes by December 12, 2025, at 10:00 AM CST to Carlos Rodriguez at Carlos.Rodriguez14@va.gov, with the award based on a comparative evaluation of technical capability, price, and past performance.
    J041--Kitchen Hood Cleaning
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, is seeking qualified contractors for Kitchen Hood Cleaning services at the Cheyenne VA Medical Center in Wyoming. The procurement requires comprehensive cleaning and inspection of kitchen exhaust systems, adhering to NFPA 96 and IKECA standards, with services to be performed quarterly and coordinated with facility operations. This contract is crucial for maintaining safety and compliance in kitchen environments, ensuring that all systems are free from grease and other deposits that could pose fire hazards. Interested small businesses must respond to the solicitation by December 15, 2025, at 4:30 PM Mountain Time, and can contact Contracting Officer Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further details.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The contractor will be responsible for stripping existing floor finishes, scrubbing baseboards, and applying a specified brand-name floor finish to approximately 86,000 square feet of space annually, adhering to VA safety and environmental guidelines. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be submitted via email to John Milroy at John.Milroy@VA.GOV, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    J041--Ice machine cleaning and sanitizing
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is seeking qualified vendors to provide ice machine cleaning and sanitizing services at the VA Central California Health Care System located in Fresno, California. The procurement includes quarterly cleaning and sanitizing of 19 ice machines, semi-annual water filter replacements, annual preventive maintenance, and emergency maintenance, with a requirement for contractors to have at least two years of relevant experience and licensed HVAC professionals on staff. This service is crucial for maintaining hygiene and operational efficiency in healthcare settings, ensuring the safety of ice production for patient care. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, must respond with their company information and experience by December 18, 2025, at 12:00 PM PST, and can contact Contracting Officer Lacy Morgan at Lacy.Morgan@va.gov for further details.