S201 - Janitorial Services at John H. Bradley VA Clinic
ID: 36C25225Q0157Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 a qualified contractor to provide janitorial services at the John H. Bradley VA Clinic located in Appleton, Wisconsin. The contractor will be responsible for delivering all necessary materials, labor, management, and supervision to ensure comprehensive cleaning services, which include daily cleaning, waste removal, floor maintenance, and restroom sanitation, in accordance with the established performance standards. This contract is crucial for maintaining a clean and safe environment for veterans receiving care, with an estimated contract value of $22 million and a performance period extending through 2030. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should direct inquiries to Dustin Biermann at Dustin.Biermann@va.gov or call 414-844-4861, with the submission deadline remaining unchanged as per the original solicitation.

    Point(s) of Contact
    Dustin Biermann
    (414) 844-4861
    No telephone inquiries accepted
    Dustin.Biermann@va.gov
    Files
    Title
    Posted
    The document appears to be a catalog of reference codes, likely pertaining to various federal and state/local government Requests for Proposals (RFPs) and grants. It consists of a numeric and alphanumeric list that may represent different projects, proposals, or categories within the government contracting framework. The layout reveals an organizational structure which likely categorizes the RFPs and grants according to specific themes, project types, or administrative divisions. This extensive compilation could serve as a resource for government agencies, contractors, and entities seeking funding or collaborative opportunities. It indicates a systematic approach to managing government programs, ensuring that interested parties can easily access and navigate the RFPs and grants framework. The presence of update and creation dates suggests ongoing maintenance and relevance, reflecting the document's function as a live resource in the government's procurement and funding landscape. Overall, while lacking detailed descriptions of individual items, this file underscores the breadth of government-funded initiatives available for engagement.
    The document is a compilation related to government Requests for Proposals (RFPs) and grants, targeting various federal, state, and local initiatives. Its primary focus is on facilitating the identification and procurement of funding for projects that meet specific governmental criteria. The text discusses various strategies for submitting proposals, the importance of compliance with regulations, and the need for careful project planning. Key points include the emphasis on thorough research and preparation before submitting an RFP, outlining the necessary documentation and proposals' adherence to prescribed guidelines. It also discusses how successful proposals should effectively address project goals, demonstrate capacity for execution, and ensure optimal allocation of resources. Overall, the document serves as a resource for entities seeking funding or partnerships through government channels, highlighting best practices while navigating the complexities of federal and local grant applications. Its purpose is to guide applicants in preparing proposals that align with government expectations, thereby increasing their chances of securing financial support for development projects.
    The government document outlines a Request for Quote (RFQ) for janitorial services at the John H. Bradley Community Based Outpatient Clinic in Appleton, WI, affiliated with the Department of Veterans Affairs. The contractor is required to provide comprehensive janitorial services, including cleaning, supervision, and supplies, adhering to the performance standards set by the Veterans Health Administration and the Joint Commission. The contract has an award amount of $22 million and includes a base period with multiple option years extending through 2030. Key services detailed in the Performance Work Statement (PWS) include daily cleaning, waste removal, floor maintenance, restroom sanitation, and compliance with safety and infection control protocols. The contractor must ensure all cleaning agents are approved and that a site supervisor oversees cleaning operations. The document emphasizes adherence to federal regulations, proper handling of biohazard materials, and maintaining confidentiality regarding patient information. A site visit is scheduled prior to the submission of quotes to allow potential bidders to assess the work environment. Compliance with invoicing procedures and electronic submission of payment requests is mandated for government payments. This RFQ emphasizes the government’s commitment to maintaining high standards in facility cleanliness and safety for veterans receiving care.
    The document appears to be a corrupted file and contains garbled text with no coherent structure or discernible content regarding government RFPs, federal grants, or state/local proposals. Due to the lack of clear information and organization, it is not possible to identify a main topic, key ideas, or any supporting details relevant to the context of government solicitations. The repeated characters, symbols, and fragmented phrases render the document unusable for analysis or summarization. Consequently, a meaningful summary cannot be extracted from the material provided, as it fails to convey relevant data or insights concerning government grants or RFPs.
    The document represents an amendment to solicitation number 36C25225Q0157 for janitorial services at the John H. Bradley VA Clinic in Appleton, WI. The amendment addresses vendor questions and specifies the cleaning requirements, including annual floor stripping and semi-annual carpet shampooing. It updates details about the previous contract, which was valued at $802,087.67 and held by Unique Cleaning Service. Clarifications include that the clinic features approximately 90% tile and 10% carpet flooring, the need for cleaning three microwaves and four refrigerators, and the current staffing situation of one supervisor and four cleaners. Exterior window cleaning is not included in this contract, as it is managed by another vendor. The amendment confirms that supplies used must adhere to VA regulations but allows vendors flexibility in choice. Responses to vendor inquiries about cleaning frequencies and equipment types also address the specifics of maintenance, such as battery-operated dispensers and feminine hygiene refill responsibilities. Overall, this amendment retains all other terms from the original solicitation and keeps the submission deadline unchanged, affirming the VA's commitment to maintaining cleanliness and operational standards in their facilities.
    The Department of Veterans Affairs (VA) plans to solicit bids for janitorial services at the John H. Bradley VA Clinic in Appleton, WI, for the contract period from April 1, 2025, to March 31, 2026, under solicitation number 36C25225Q0157. The quotes are due by January 14, 2025, at 3:00 PM Central Time. This contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), ensuring that only eligible businesses can bid. The contracting office is located in Milwaukee, WI, and the solicitation is expected to be issued around January 6, 2025. This initiative reflects the VA's ongoing commitment to supporting veteran-owned businesses while ensuring high-quality service provision at its facilities.
    Similar Opportunities
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    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.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Cleveland, WI VA CBOC New Replacing Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new lease for the Cleveland, WI Community Based Outpatient Clinic (CBOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The procurement aims to secure approximately 11,952 to 12,000 ABOA square feet of contiguous space, including 59 secured parking spaces, for a 20-year lease term with a 10-year firm period, commencing around April 1, 2027. This facility will provide essential healthcare services to veterans, adhering to modern design standards and various federal regulations for accessibility and safety. Proposals are due by January 12, 2026, at 3:00 PM CST, and interested parties should direct inquiries to Julie LeCourt at julie.lecourt@va.gov or Joshua Jackson at joshua.jackson4@va.gov.
    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.
    DFW Universal Waste Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for universal waste removal services at the Dallas-Fort Worth National Cemetery under Solicitation Number 36C78626Q50028. The contract encompasses the collection, removal, and disposal of various hazardous wastes, including used oil, coolant, and oily water, over a base year and four option years from 2026 to 2030. This procurement is critical for maintaining environmental safety and compliance with federal regulations, requiring contractors to have relevant experience, licenses, and adherence to safety standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit questions by December 12, 2025, with responses provided via amendment by December 16, 2025; for further inquiries, contact David Hester at David.Hester@va.gov.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.