This government file outlines the Department of Veterans Affairs (VA) Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). This clause, prescribed in 819.7011(b), mandates that offerors certify their compliance with subcontracting limitations under 38 U.S.C. 8127(l)(2) if awarded a contract. The specific limitations vary based on the predominant NAICS code, categorizing contracts into services (50% limit), general construction (85% limit), and special trade construction (75% limit) for payments to non-certified SDVOSBs or VOSBs. The certification acknowledges legal consequences for false statements under 18 U.S.C. 1001, including criminal, civil, or administrative penalties. Failure of an SDVOSB/VOSB to act in good faith can result in referral to the VA Suspension and Debarment Committee, fines, or prosecution. Offerors must provide documentation to the VA upon request to demonstrate compliance, with non-cooperation potentially leading to remedial action. A formal, signed certification must be submitted with the offer, or the offer will be deemed ineligible. The document includes a certification form for offerors to complete, affirming their commitment to comply with the subcontracting limitations.
The Department of Veterans Affairs (VA) is seeking janitorial services for the Eastern Colorado Healthcare System (ECHCS), including the Rocky Mountain Regional VA Medical Center, The Fisher House, and Valor Point Domiciliary. This Request for Quote (RFQ) is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561720 with a $22 million size standard. The contract will be a firm-fixed-price for a base year plus four option years, with a performance period from August 2026 to July 2031. Quotes are due by January 26, 2026, at 4:00 PM MT and must be submitted via email to natasha.holland@va.gov. Submissions require technical capability, price, past performance, and a certificate of compliance for limitations on subcontracting.
The document outlines the Veterans Canteen Service Cleaning Schedule for the Rocky Mountain Regional VA Medical Center, identified by contract number 36C25918C0294. This schedule details daily, weekly, quarterly, semi-annual, and as-required cleaning tasks across various areas, including vending machine areas, the Patriot Cafeteria/Patriot Brew, food preparation areas, retail/storage/Patriot Store, hand washing sinks, shelves, spice racks, and storage rooms. The cleaning tasks range from spot cleaning walls and removing trash to deep cleaning floors, degreasing surfaces, and maintaining light fixtures. The schedule also includes specific instructions for cleaning behind equipment, sanitizing sinks, and managing recyclable cardboard. Quality assurance checks are mandated, with joint inspections by EMS/VCS/IC and the Contract Supervisor and COR. The document references various guidelines, including the Food Code Public Health Service, VA Operations, Facilities Infection Control Policy, and National Restaurant Association Serve Safe Standards, ensuring adherence to health, safety, and operational standards.
The document, "Table 4: VA EMS Cleaning Supplies 36C25918C0294," details a comprehensive list of cleaning chemicals and generic inventory items for the VA Emergency Medical Services. It categorizes primary cleaning chemicals by brand name, designation, description, and usage, including products from 3M (glass, multi-surface, neutral cleaners, and deodorizers), Clorox (healthcare bleach germicidal wipes and liquid), Delta-Foremost (Cinni-Clean Cleaner Deodorant Concentrate), and Rhomar Industries (Bac-Attack urine odor remover). Additionally, the document lists generic inventory items such as various paper towels, toilet paper, hand soaps, trash bags, gloves, Johnny Mops, Mr. Clean Magic Eraser, and bleach disinfectant wipes/cleaners. This compilation serves as a procurement list for maintaining cleanliness and hygiene within VA EMS facilities.
The document, identified as VA EMS Equipment Listing 36C25918C0294, details an inventory of various cleaning and vacuuming equipment, likely for a federal government facility. The listing includes a range of Tennant, Chariot 2 (Windsor), Clark, ProTeam, and ShopVac brand equipment. Equipment types span large orbital walk-behind scrubbers, pad walk-behind scrubbers, ride-on vacuums, large walk-behind scrubbers, hand vacuum cleaners, carpet spotters, walk-behind carpet extractors, and portable battery-powered vacuums. Each item is identified by brand name, description, EIL number or serial number, and condition, which varies from 'Excellent' to 'Fair.' This inventory provides a comprehensive overview of available equipment, indicating a need for tracking and managing assets within a government operational context.
The Performance Work Statement outlines the requirements for aseptic and aesthetic janitorial services across three healthcare facilities: Rocky Mountain Regional VA Medical Center, The Fisher House, and Valor Point Domiciliary. The contractor must provide all labor, management, and supervision for comprehensive cleaning, disinfection, and waste management, adhering to TJC and National Environmental Cleaning Standards, and VA policies. Services include daily, weekly, and as-needed tasks for various areas, with specific frequencies for high-traffic zones and specialized cleaning for the Fisher House and DOM. The contract spans a base year and four option years, from August 2026 to July 2031. Key requirements include staffing with IHEA Certified Executive Housekeepers, strict adherence to safety protocols (OSHA, infection control), proper use of VA-provided chemicals and equipment, and maintaining a robust Quality Control Plan. Performance will be monitored via a Quality Assurance Surveillance Plan, with deductions for non-compliance across various metrics, including emergency spill response and customer service.
This document, Wage Determination No. 2015-5419 Revision No. 31, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for various service occupations in specific Colorado counties (Adams, Arapahoe, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Jefferson, Park). It details hourly rates for administrative, automotive, food service, health, IT, and other sectors. The document also includes provisions for health and welfare benefits (including rates for EO 13706 paid sick leave), vacation, and eleven paid holidays. Special conditions apply to computer employees (exemptions for professional capacity) and air traffic controllers/weather observers (night and Sunday pay differentials). Hazardous pay differentials (8% and 4%) are specified for work with ordnance and explosives, and uniform allowance guidelines are provided. The conformance process for unlisted occupations, utilizing Standard Form 1444, is detailed for contractors to classify and propose wage rates for roles not explicitly included.