S201--Janitorial Services - Northport VA Medical Center
ID: 36C24225Q0281Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 is seeking proposals for janitorial services at the Northport VA Medical Center, with a contract period from April 1, 2025, to March 31, 2026, and options for four additional yearly extensions. The procurement aims to ensure comprehensive cleaning services, including aseptic cleaning and compliance with healthcare standards, to maintain a sanitary environment for patients and staff. This contract, valued at approximately $22 million, underscores the importance of cleanliness in veteran healthcare facilities, which is critical for infection control and overall patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit inquiries by February 18, 2025, and can contact Contract Specialist Leia I Labruna at Leia.Labruna@va.gov for further information.

    Point(s) of Contact
    Leia I LabrunaContract Specialist
    Leia.Labruna@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to issue a Request for Quotation (RFQ) for janitorial services at the Northport VA Medical Center located in Northport, NY. The solicitation, identified by number 36C24225Q0281, is scheduled to be announced around February 11, 2025. This procurement will follow federal regulations, specifically FAR Part 12 for commercial items and FAR Part 13 for simplified acquisition procedures. The RFQ is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 561720, which specifies a small business size standard of $22 million. Interested contractors must be registered in the System for Award Management (SAM) to submit quotes. All details, including submission instructions, will be made available solely online at SAM.gov following the solicitation's release. Queries regarding this announcement should be directed to the specified Contract Specialist via email; phone inquiries are not permitted. This presolicitation notice outlines the intention to streamline the procurement process and foster participation among eligible contractors.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Northport VA Medical Center, specifically targeting its main hospital building (Building 200). The RFP indicates a contract period from April 1, 2025, to March 31, 2026, with options to extend yearly for up to four additional years. The total acquisition value is approximately $22 million. It mandates the contractor to provide comprehensive cleaning services, including aseptic cleaning and remediation in compliance with healthcare standards, ensuring a sanitary environment for patients and staff. The document details service requirements, including daily, weekly, and monthly tasks, such as restroom sanitation, waste removal, and floor maintenance. It emphasizes the importance of adhering to safety and infection control measures, proper equipment management, and personnel hygiene. The contractor is to furnish all cleaning equipment, while janitorial supplies, including cleaners, are provided by the VA. Further instructions cover contractor qualifications, submission deadlines for inquiries and quotes, and communication with the VA's contracting officer. This RFP reflects the government's commitment to maintaining high cleanliness standards in veteran healthcare facilities, ensuring compliance with applicable regulations and safety standards.
    The document is an amendment to solicitation number 36C24225Q0281, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2. The primary purpose of this amendment is to update the deadline for questions related to the solicitation. The new cut-off date for submitting inquiries is set for Tuesday, February 18, 2025, at 12:00 PM EST, revised from the previously indicated date of February 25, 2025. All submissions must be in writing via email to the specified contact and the amendment emphasizes that oral inquiries will not be accepted, nor will telephone inquiries be responded to. The amendment also reiterates that not all questions may receive responses, although some will be addressed in a future solicitation update. This amendment is part of a broader government procurement process and aims to ensure clarity and compliance with the submission guidelines, thereby increasing efficiency in the solicitation process for contractors and bidders. The document maintains standard federal contracting language and adheres to established regulations within the Federal Acquisition Regulation (FAR).
    This document is an amendment (A0002) to the solicitation numbered 36C24225Q0281 issued by the Department of Veterans Affairs, specifically by Network Contracting Office (NCO) 2. The amendment primarily updates Box 10 on the Standard Form 1449 included in the initial solicitation. This procurement process is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. The amendment outlines the process for offerors to acknowledge receipt of this change, including submission deadlines and procedures for changes to previously submitted offers. Overall, the document serves to clarify administrative details and uphold the integrity of the bidding process.
    This document outlines compliance requirements for contractors regarding the limitations on subcontracting under federal regulations, specifically referencing 13 C.F.R. 125.6, FAR 52.219-14, and VAAR 852.219-75. It mandates that offerors distinguish their planned work and subcontracting approaches in relation to small business set-asides, especially for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors are required to certify their compliance with the necessary percentages of self-performance and/or the use of similarly situated subcontractors. The document warns of severe penalties for non-compliance, including fines reflected in the violations of subcontracting rules which may lead to debarment. Contractors must also be prepared to provide detailed documentation demonstrating compliance throughout the contract duration. Compliance with these regulations is crucial for maintaining eligibility for government contracts and ensuring the integrity of the contracting process.
    The Past Performance Questionnaire is designed to evaluate a contractor's past performance for federal contracts. It is divided into two main parts: Part I requires the offeror to provide background information, including client details, contract specifics, and a description of services rendered. Part II aims to assess contractor performance through a series of evaluation criteria, such as quality of service, recruitment and retention, timeliness, business relationships, customer satisfaction, and overall performance. Respondents use a rating scale ranging from “Outstanding” to “Unacceptable” to evaluate performance, with explanations required for specific ratings like “Outstanding” and “Marginal.” Additional questions assess the likelihood of re-awarding contracts and any history of contract defaults or notices. The document underscores the importance of accurate and factual reporting, emphasizing how these evaluations influence future contract awards in government procurement contexts. This structured feedback mechanism aims to ensure only qualified contractors are retained for government projects based on their proven track record.
    The Quality Assurance Surveillance Plan (QASP) for Janitorial Services at VAMC Northport outlines a systematic approach to evaluate contractor performance related to cleaning and maintenance tasks as specified in the contract. The plan details the monitoring framework, responsibilities of government personnel, and established performance standards for tasks such as mopping, trash disposal, restroom cleaning, and floor care. The Contracting Officer (CO) ensures contractual compliance and fair treatment, while the Contracting Officer’s Representative (COR) manages technical oversight and quality assurance documentation. The QASP defines acceptable quality levels, aiming for at least 90% compliance with standards through methods like sample inspections and validated complaints. It emphasizes a collaborative relationship, allowing for revisions of the QASP as necessary, while ensuring the contractor's accountability for quality control. This document plays a critical role in the government’s contracting process by establishing expectations and assessment criteria for services rendered, ensuring that the facilities maintain cleanliness and hygiene standards, integral to VAMC Northport operations.
    The document is a wage determination by the U.S. Department of Labor concerning contracts governed by the Service Contract Act (SCA) for the New York Counties of Nassau and Suffolk. It outlines minimum wage rates and fringe benefits that contractors must pay employees working on federal contracts. The determination specifies different wage rates based on various occupations, along with requirements under Executive Orders 14026 and 13658, which impose minimum hourly wage rates of $17.75 and $13.30 respectively, dependent on the contract date. Fringe benefits include health and welfare, vacation, and holiday pay. Additionally, provisions for paid sick leave under Executive Order 13706 are mentioned, mandating one hour of paid sick leave for every 30 hours worked. The file emphasizes compliance with legislations and establishes a protocol for addressing unlisted job classifications through a conformance process. The document serves as a vital reference for ensuring fair labor standards and protections for workers involved in federal contracts within the designated regions, highlighting the government's role in setting labor regulations.
    Similar Opportunities
    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.
    S201--Housekeeping Aide Services - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Housekeeping Aide Services at the Omaha VA Medical Center, with a focus on maintaining a clean and safe environment for veterans and staff. The contract requires the provision of 39 housekeeping aides and one administrative representative to deliver year-round cleaning services, adhering to specific labor standards and healthcare-specific cleaning protocols. This procurement is part of a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their quotes by 10:00 AM CST on February 26, 2025, and direct any technical inquiries to Contracting Officer Jesse Sweesy at jesse.sweesy@va.gov.
    M1LZ--Valet Parking Attendants and Lot B Attendant at the Northport VA Medical Center Northport, NY
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide valet parking attendants and parking lot attendant services at the Northport VA Medical Center in Northport, NY. The procurement requires a firm-fixed price for services, including staffing for two separate parking lots, with a performance period from March 1, 2025, to February 28, 2026, and options for four additional years. This contract is particularly significant as it emphasizes the involvement of service-disabled veteran-owned small businesses (SDVOSBs) and aims to ensure efficient and safe parking services for veterans and their families. Interested parties must submit their quotes by February 20, 2025, and any requests for information should be submitted by February 12, 2025. For further inquiries, vendors can contact Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    V129--Valet Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for comprehensive valet services at the Martinsburg VA Medical Center in West Virginia, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, identified as RFQ 36C24525Q0249, will commence on April 1, 2025, and spans a base year with four optional additional years, totaling a potential five-year duration. The selected contractor will be responsible for staffing, vehicle management, and ensuring compliance with wage and hour laws while accommodating an estimated 100 vehicles daily, thereby enhancing the visitor experience for veterans and their families. Interested parties should direct inquiries to Contract Officer Tracy M Dotson at tracy.dotson@va.gov, with proposals due by February 13, 2025.
    S299--Window Cleaning Services for VA Southern Nevada Health Care System (VASNHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide semiannual window cleaning services for the VA Southern Nevada Health Care System (VASNHCS). The procurement aims to ensure high-quality cleaning of various facilities, including the main medical center and multiple clinics, adhering to strict safety and quality standards as outlined in the attached draft Statement of Work (SOW). This service is crucial for maintaining a clean and safe environment for patients and staff, reflecting the VA's commitment to facility maintenance. Interested contractors must submit their responses, including company information and capabilities, to Contract Specialist Tim Smith via email by 2:00 P.M. PST on February 5, 2025, with the applicable NAICS code being 561720 and a small business size standard of $22 million.
    Y1DA--Northport Mill and Fill Project. No. 632-25-001
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Mill and Fill" project at the Northport VA Medical Center, specifically under solicitation number 36C24225B0009. This federal contract involves the rehabilitation of three parking lots (A, C, and Q), totaling approximately 145,000 square feet, requiring the removal of existing asphalt, installation of new asphalt, and compliance with federal safety and accessibility standards. The project is significant for enhancing the infrastructure of the VA Medical Center, ensuring improved accessibility for veterans and compliance with federal regulations. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by 10:00 AM EST on March 17, 2025, following a mandatory pre-bid site visit and adherence to various compliance requirements, including a bid bond and documentation of safety records.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for Industrial Hygiene Services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $19 million, will cover an initial period of one year starting March 1, 2025, with the option for four additional one-year extensions, focusing on analytical and technical consulting related to indoor air quality, asbestos, lead, and mold assessments. This initiative underscores the VA's commitment to enhancing environmental health and safety while promoting veteran-owned businesses in federal contracting. Interested contractors should reach out to Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details.
    S222--RMW Medical Waste Removal - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical waste removal services under the solicitation titled "S222--RMW Medical Waste Removal - NWI." This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the safe collection, transportation, and disposal of regulated medical waste from various VA medical facilities in Nebraska and Iowa, including the Omaha VAMC and several community-based outpatient clinics. The total award amount for this contract is $47 million, with a base period from April 1, 2025, to March 31, 2026, and options extending through March 30, 2030. Interested contractors must submit their proposals by February 24, 2025, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov or by phone at 319-688-3629.
    V225--FY25 - Ambulette Veteran Transportation (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide Ambulette Veteran Transportation services, specifically non-stretcher wheelchair van services, for the Northport VA Medical Center and several community-based clinics in Long Island, New York. The contract will be structured as a firm fixed-price agreement, featuring a 12-month base period with four additional 12-month option periods to ensure reliable transportation for veterans, which is vital for their access to healthcare services. The solicitation number 36C24224Q0879 is anticipated to be released around February 3, 2025, with responses due by March 3, 2025, at 2:00 PM Eastern Time; interested parties can contact Contract Specialist Lisa Harris at Lisa.Harris4@va.gov for further information.
    V225--FY25 - Ambulance Ground Transportation - (Base + 4)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for ambulance ground transportation services for fiscal year 2025, encompassing a base year and four option years under solicitation number 36C24225Q0044. The primary service location will be the Northport VA Medical Center, with additional services required at community-based clinics to ensure comprehensive transportation for veterans. This initiative is part of the VA's commitment to enhancing healthcare access for veterans through reliable transportation solutions. Interested vendors should note that the Request for Quotation (RFQ) is expected to be published around February 3, 2025, with responses due by March 3, 2025, at 14:00 Eastern Time; inquiries can be directed to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.