VHA Minneapolis Health Care System Off-Campus Housekeeping SDVOSB Set-Aside Solicitation Notice
ID: 36C26325Q0488Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 VHA Minneapolis Health Care System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $22 million, encompasses non-personal cleaning services across five locations, requiring contractors to maintain high standards of cleanliness and sanitation outside normal business hours. This procurement is crucial for ensuring a safe and hygienic environment for veterans receiving care, with a submission deadline for offers extended to April 9, 2025, following the cancellation of the previous solicitation. Interested vendors can contact Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov for further details.

    Point(s) of Contact
    Jeffrey BrownContracting Officer
    Jeffrey.Brown8@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines an upcoming opportunity for the provision of off-campus housekeeping services for the Veterans Health Administration (VHA) Minneapolis Health Care System. This contract is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, indicating a preference for bids from qualified service-disabled veteran-owned firms. The solicitation number is 36C26325Q0488, with a response deadline of February 26, 2025, at noon Central Time. The primary place of performance is the Minneapolis VA Medical Center, located at 1 Veterans Drive, Minneapolis, Minnesota. The notice is managed by the Network 23 Contracting Office, with Jeffrey Brown listed as the contracting officer. Relevant details include product service code S201 and NAICS code 561720, indicating the nature of services required. The notice serves to inform potential bidders about the upcoming request for proposals, facilitating engagement from the appropriate business sector and ensuring that the services align with the needs of the VHA.
    The document is the "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, outlining the wage rates and benefits required for federal contracts in Minnesota and Wisconsin effective in 2025. It specifies minimum wage rates based on Executive Orders, varying between $17.75 for contracts initiated after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document lists a comprehensive array of occupations with corresponding wage rates, emphasizing the fringe benefits that include health and welfare packages, vacation, and holiday pay. For instance, all listed occupations qualify for health benefits at a rate of $5.36 per hour. Additionally, it mentions regulations related to paid sick leave under Executive Order 13706 and conformance procedures for unlisted job classifications. This document plays a crucial role in ensuring fair compensation and working conditions for federal contract employees, facilitating compliance with labor standards during the procurement process for government contracts.
    The document outlines the floor plans and specifications for various sections of Buildings 221-222, located at 6330 Bloomington Rd, St. Paul, MN. It details the layout and capacity of each floor, including cubicle and office arrangements, space dimensions, and the total number of occupants projected to be around 100-150. The plans cover the Storehouse and Roothouse sections, detailing space usage for administrative offices and TeleICU stations, as well as various annexes designated for community care and Telehealth functions. The document also includes construction notes, stressing the responsibility of contractors for verifying dimensions, managing demolitions, and ensuring compliance with architectural standards. This comprehensive overview aims to facilitate renovations according to federal guidelines, supporting the objective of enhancing operational efficiency within the Veterans Health Administration facilities. The detailed amenities and designated uses indicate a focus on healthcare-related services and administrative capabilities, reflecting the government's investment in improving veteran care infrastructure.
    The document pertains to a contract solicitation issued by the Department of Veterans Affairs for janitorial services across five locations in the Minneapolis area, valued at approximately $22 million. The acquisition is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses non-personal cleaning services to be conducted outside normal business hours, with specified tasks to maintain the facilities, including waste disposal, cleaning restrooms, and managing flooring conditions. The scope outlines performance standards, equipment provided by the government, and qualifications required for contractor personnel, including certification as an Executive Housekeeper. Other crucial details include payment terms, security and safety regulations, contractor responsibilities, and procedures for addressing key administrative functions. The overarching goal is to ensure compliant, efficient, and high-quality cleaning services that align with the operational requirements of the VA Medical Centers. The solicitation demonstrates the government's commitment to engaging small businesses, particularly those owned by veterans, while ensuring a high standard of service to support health care facilities for veterans.
    The document outlines an amendment to a solicitation (36C26325Q0488) issued by the Department of Veterans Affairs, extending the deadline for offer submissions to April 9, 2025. It emphasizes the requirement for potential contractors to submit complete proposals electronically, detailing specific submission guidelines for both pricing and technical portions. Key requirements include proof of qualified supervisory staff and sufficient cleaning personnel, along with a training plan and past performance references. A site visit is scheduled for March 11 and 13, 2025, to aid vendors in accurately assessing requirements. The amendment clarifies that despite the site visit, all solicitation terms remain unchanged unless formally amended. This document signifies the VA's commitment to ensuring a competitive bidding process while facilitating compliance with federal contracting standards.
    The document outlines an amendment to an invitation for bids (RFP) by the Department of Veterans Affairs for janitorial services across five buildings affiliated with the Minneapolis VA Medical Center. The primary objectives include extending the offer deadline to March 28, 2025, responding to vendor inquiries, and revising the Statement of Work (SOW). The janitorial contract is non-personal services, focusing on comprehensive cleaning tasks such as waste disposal, floor maintenance, and sanitization, with a requirement for Service-Disabled Veteran-Owned Small Businesses to participate. The amendment reveals incumbency information, historical contract values, and clarifications regarding service expectations, with specifics on labor requirements and cleaning frequencies. It stipulates that a supervisor certified in the International Executive Housekeeper Association must oversee operations, ensures compliance with safety codes, and maintains proper sanitation standards within the facilities. A detailed description of performance expectations, standard operating procedures, and the necessity for a thorough quality control plan are also provided. Vendors are encouraged to submit questions electronically, with scheduled site visits for potential bidders. This document signifies the VA's commitment to maintaining a clean, safe environment while ensuring substantial participation from qualified small businesses in the public procurement process.
    This document serves as an amendment to solicitation number 36C26325Q0488, issued by the Department of Veterans Affairs Network 23 Contracting Office in St. Paul, MN. The primary purpose of this amendment is to inform all bidders that the submission deadline for offers has been extended to April 9, 2025, at 17:00 CDT. Furthermore, the amendment officially cancels the solicitation, effective immediately upon its issuance. The document specifies that all previous terms and conditions of the solicitation remain unchanged except for the modifications mentioned. Offerors are advised to acknowledge receipt of the amendment to avoid rejection of their bids and are given options for acknowledgment submission. Signed by Contracting Officer Jeffrey Brown, the document emphasizes the importance of timely acknowledgment while reiterating the agency's commitment to maintaining compliance with federal contracting regulations. The amendment underscores the fluid nature of government procurement processes and the necessity of clear communication to potential contractors.
    Similar Opportunities
    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.
    S201--Exterior Window, High Interior Windows, and Screen Cleaning Services - SAVAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Southern Arizona VA Health Care System (SAVAHCS), is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide exterior window, high interior window, and screen cleaning services at their facility in Tucson, Arizona, twice annually. This Sources Sought Announcement is intended for market research purposes to identify potential contractors capable of fulfilling these cleaning services, which are essential for maintaining the facility's operational standards. Interested businesses must submit a capability statement along with their Unique Entity ID, Cage Code, Tax ID, and business type by December 30, 2025, at 3:00 PM Mountain Time. All offerors must be registered in the System for Award Management (SAM) and, if applicable, VetCert certified by the SBA to be considered for this opportunity.
    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.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    S222--FY26 Medical Waste Removal Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the FY26 Medical Waste Removal Services at the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. This procurement, which is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires contractors to provide comprehensive medical waste disposal services, including regulated medical waste, chemotherapy waste, and pharmaceutical waste, along with necessary maintenance and repair of housekeeping equipment. The contract will span from January 1, 2026, to December 31, 2030, with proposals due electronically by December 19, 2025, at 1:00 p.m. CST. Interested parties should contact Christopher Rossi at christopher.rossi2@va.gov for further details and are encouraged to attend a mandatory site visit on December 12, 2025, at 10:00 a.m. CST.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    36C78626Q50027 001 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year and four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The services are critical for maintaining the cemetery's dignity and respect, covering an extensive irrigation system that includes 180 acres, 15 satellites, and approximately 4,250 sprinkler heads. Proposals are due by December 19, 2025, at 12:00 PM CST, and interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    S222--Waste Removal Services Battle Creek
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Waste Removal and Recycling Services at the Battle Creek VA Medical Center (BCVAMC). The procurement aims to secure general waste removal and recycling services, with the solicitation expected to be published on or about December 17, 2025. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), and the applicable NAICS code is 562111, which has a size standard of $47 million. Interested offerors must ensure their registration in SAM is active and accurate, and they are required to submit any questions via email to Janel Tate by December 19, 2025, with offers due by December 23, 2025, at 9:00 AM EDT.
    J041--Ice machine cleaning and sanitizing
    Veterans Affairs, Department Of
    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.
    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 VA Medical Center in Philadelphia, Pennsylvania. The 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 critical for maintaining the facility's waste management systems and ensuring compliance with health and safety regulations. Interested vendors must submit their proposals by January 16, 2026, at 10:00 AM ET, and can direct inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov or by phone at 717-222-0417.