S201--Janitorial Service Base Plus 4 Option Years SDVOSB Set Aside
ID: 36C25926Q0110Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, 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 is soliciting quotes for janitorial services at the Eastern Colorado Healthcare System, which includes the Rocky Mountain Regional VA Medical Center, The Fisher House, and Valor Point Domiciliary. The procurement involves a firm-fixed-price contract for a base year plus four option years, with services required to meet stringent cleaning, disinfection, and waste management standards in compliance with VA policies and healthcare regulations. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561720, with a size standard of $22 million, highlighting the importance of supporting veteran-owned enterprises in government contracting. Interested vendors must submit their quotes via email to Natasha Holland at natasha.holland@va.gov by 4:00 PM MT on January 26, 2026, with all questions due by December 29, 2025.

    Point(s) of Contact
    Natasha HollandContract Specialist
    (303) 712-5753
    natasha.holland@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S214--Mat Cleaning Contract - Environmental Management Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a mat cleaning contract under solicitation number 36C24926Q0046. The contract requires the provision of mat cleaning services at the James H. Quillen VA Medical Center and various outpatient clinics in Tennessee and Virginia, including initial inventory, ongoing maintenance, and weekly replacements of mats. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and adheres to a size standard of $8.5 million under NAICS code 561740. Interested contractors must comply with federal, state, and local regulations, and are required to implement a Quality Control Program. The contract will commence on February 3, 2026, and includes four one-year options. For further inquiries, potential bidders can contact Contract Specialist Julio C Gonzalez at julio.gonzalez@va.gov.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    Z1DA--554-26-105 Replace Damaged Windows at RMRVAMC (Const) (VA-26-00010269)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a project to replace damaged windows and glass doors at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair and replacement of 20 windows and 4 doors, requiring all necessary materials and work to be conducted with minimal disruption to the operational healthcare facility. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a Request for Proposal (RFP) is anticipated to be issued around January 26, 2026. Interested offerors must ensure they are verified and visible in the SBA certification database at the time of proposal submission and contract award; for further inquiries, contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727.
    Data Room Cleaning located at the Wilkes Barre PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide janitorial services for the quarterly cleaning of the Data Room located at the Wilkes Barre VA Medical Center in Pennsylvania. The objective of this procurement is to maintain an optimal operating environment by ensuring the data room is free from dust and contaminants, which is crucial for the reliable operation of sensitive equipment. The contract will be awarded for a base year with four optional renewal years, and the anticipated start date is February 23, 2026. Interested Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotations by January 7, 2026, to Richard Taylor at Richard.taylor56@va.gov, with all necessary documentation as outlined in the solicitation.
    S209--EMS Laundry Services (Base plus 4)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for EMS Laundry Services at the El Paso VA Medical Center, with a contract that includes a base year and four optional one-year extensions, potentially lasting until March 31, 2031. The contractor will be responsible for providing comprehensive laundry and linen services, including the provision of a physical plant, labor, supplies, and transportation for both soiled and clean items, with services required twice weekly. This procurement is crucial for maintaining sanitary conditions and quality control in a healthcare environment, emphasizing timely delivery and proper handling of materials. Interested Service-Disabled Veteran-Owned Small Businesses must submit their proposals by January 27, 2026, at 16:00 Central Time, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov for further information.
    Custodial Services at TX160 - Robstown, TX
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for custodial services at the TX160 facility located in Robstown, Texas. The procurement includes a base year of service from February 1, 2026, to January 31, 2027, with four additional option years and a potential six-month extension, covering routine cleaning, high dusting, and window cleaning among other tasks. This contract, valued at approximately $22 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of maintaining a clean and sanitary environment at military facilities. Interested contractors must submit their quotes to Ms. Deena Murphy via email by the specified deadline, ensuring compliance with all outlined requirements and documentation.
    F101--36C25926Q0151| Request for Quote on Air Emissions Compliance Testing for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide air emissions compliance testing services for the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. The procurement aims to ensure ongoing compliance with the facility's Title V air permit through comprehensive air emissions testing, assessment, and reporting, which includes the development of monitoring plans and adherence to strict record management protocols. This opportunity is critical for maintaining environmental standards and compliance with federal and state regulations regarding air quality. Quotes are due by 12:00 PM MT on January 8, 2026, and interested parties should contact Contract Specialist Lynn Lim at lynn.lim@va.gov or 303-712-5798 for further details.
    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.
    S201--Housekeeping Fisher House/Bldg 10
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking sources for housekeeping services at the Minneapolis VA Health Care System, specifically for the Fisher Houses and Outpatient Lodging Building 10. The procurement aims to secure comprehensive cleaning services, including daily, weekly, monthly, and as-needed tasks, while adhering to strict cleanliness standards and ensuring staff accountability through certified executive housekeepers. This opportunity is crucial for maintaining a hygienic environment for veterans and their families, with a focus on quality assurance and compliance with performance standards. Interested firms must submit their capability statements by 4:00 PM Central Time on January 2, 2026, to Contract Specialist Robert Bennett at robert.bennett8@va.gov, with the NAICS code for this service being 561720 and a size standard of $22.0 million.
    S205--New: 5-Year Ordering Period (02/01/2026 - 01/31/2031) Solid Waste & Recyclables Collection/Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and the Joliet CBOC.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year contract for solid waste and recyclables collection and disposal services at the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Joliet Community-Based Outpatient Clinic (CBOC). This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with firm-fixed unit pricing, covering a period from February 1, 2026, to January 31, 2031, including five one-year priced periods. The services are critical for maintaining sanitary conditions and compliance with environmental regulations at the healthcare facilities. Interested contractors must submit their quotes by January 16, 2026, at 3:00 PM Central Time, and can contact Contracting Officer Scott Sands at Scott.Sands2@va.gov or (414) 844-4800 for further information. The minimum guarantee for the contract is $2,500.00, with a ceiling of $6,250,000.00.