S201--Janitorial Services Amendment 0002
ID: 36C25925Q0274Type: 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 (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for janitorial services at the Gillette VA Outpatient Clinic in Wyoming, under solicitation number 36C25925Q0274. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the provision of custodial services for a total performance period from April 1, 2025, to March 31, 2030, including one base year and four optional one-year extensions. This procurement is crucial for maintaining a clean and hygienic environment in a healthcare facility, ensuring compliance with health standards and enhancing patient safety. Interested bidders must submit their quotations by March 24, 2025, and direct any inquiries to Contract Specialist Karly Morris at Karly.Morris@va.gov.

    Point(s) of Contact
    Karly MorrisContract Specialist
    (000) 000-0000
    Karly.Morris@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for janitorial services at the Gillette VA Community-Based Outpatient Clinic in Wyoming, under solicitation number 36C25925Q0274. This Request for Quotations (RFQ) is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a total performance period from April 1, 2025, to March 31, 2030. Bidders must submit quotations for one base year and four optional one-year periods and are required to register in the System for Award Management (SAM). Quoters are tasked with providing all labor, materials, and management necessary for custodial services as outlined in the attached Statement of Work. Proposals will be evaluated on technical capability, price, and past performance, considering the most advantageous offer to the government. Quotes are due by March 24, 2025, with questions directed to the Contract Specialist, Karly Morris, by March 19, 2025. Additional documents related to the solicitation include the detailed Statement of Work, cleaning matrix, wage determination, and compliance certificate. This request is aimed at ensuring high-quality custodial services while adhering to federal procurement regulations.
    The document outlines an amendment to the Combined Solicitation for Janitorial Services designated as Solicitation Number 36C25925Q0274 by the Department of Veterans Affairs. The amendment provides responses to various contractor inquiries regarding the service requirements at the Gillette VA Outpatient Clinic, emphasizing operational hours, infection control standards, and contractor responsibilities. Key issues addressed include service hours (15 hours per week), the contractor's need to perform at least 50% of the work, and the absence of required material specifications for cleaning products. Additionally, it clarifies that no historical cost data will be shared, and the quote submissions should include estimated hourly costs without the need for itemized breakdowns. The contracting office's contact is Karly Morris in Greenwood Village, CO, with a response deadline set for March 24, 2025. This amendment is critical for securing compliance and clarity in the bidding process for potential service providers under federal contracting protocols.
    The document details Amendment 0002 for a combined solicitation regarding janitorial services as requested by the Department of Veterans Affairs. The solicitation number is 36C25925Q0274, with responses due by March 24, 2025, at 16:30 Mountain Time. The contract is designated as a service-disabled veteran-owned small business (SDVOSBC) opportunity, and the applicable NAICS code is 561720, covering janitorial services under the product service code S201. The amendment addresses specific questions submitted by providers, clarifying the contract's structure. Notably, it confirms that proposals should account for 15 hours of service per week, summing to 780 hours over each year of service. Additionally, a janitorial closet is confirmed to be available on-site at the Gillette VA Outpatient Clinic in Wyoming, the contract's place of performance. This document serves as an essential revision of an existing request for proposals, specifying requirements and answers to ensure clarity for potential bidders, aligning with standard practices in government contracting. The amendment fosters transparency and provides guidance necessary for accurate proposal submissions while maintaining compliance with federal contracting protocols.
    The document outlines the Statement of Work (SOW) for a custodial services contract at the Gillette VA Primary Care Outpatient Clinic, emphasizing the importance of maintaining a clean, professional environment due to the facility's sensitive nature and public contact. The contractor is responsible for providing all necessary labor, management, and cleaning supplies, while the government will supply items like toilet paper and hand soap. Cleaning services will be performed daily and according to a defined Cleaning Matrix. Personnel must undergo extensive training related to infection control, safety, and proper handling of cleaning materials, and are required to wear uniforms and display identification. The contractor must also establish a Quality Control program to ensure standards are met and comply with all relevant regulations. This contract will be effective from February 18, 2025, through February 17, 2026, including options for extension. The document concludes with details about the role of the Contracting Officer’s Representative and background investigation requirements for personnel, emphasizing compliance with security and safety standards crucial for the operation of the VA facility.
    The document outlines a comprehensive cleaning protocol for the Gillette VA Primary Care Outpatient Clinic. It specifies the frequency of services (daily, weekly, monthly, quarterly, and annually) necessary to maintain a hygienic and safe environment across various areas of the clinic, including general spaces, offices, exam rooms, lobby, reception, lab, procedure rooms, restrooms, and kitchen. Key tasks include sanitizing surfaces, vacuuming floors, cleaning windows, and maintaining restroom supplies. The protocol emphasizes thorough inspections and the use of specific techniques for sanitization and cleaning equipment, ensuring compliance with health standards. Overall, this detailed cleaning matrix aims to support the clinic's operational integrity and enhance patient safety through regular maintenance practices necessary for healthcare facilities.
    The document outlines Wage Determination No. 2015-5411, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for service employees in specified Wyoming counties. The wage rates must align with either Executive Order 14026 or Executive Order 13658, depending on the contract timeline. Workers assigned to contracts starting or renewed after January 30, 2022, are guaranteed at least $17.75 per hour, while those from earlier periods may receive a minimum of $13.30. Each occupation listed receives mandated fringe benefits, including health and welfare, vacation, and holiday pay. The document also stipulates regulations regarding uniform allowances and hazardous pay differentials for certain jobs. It emphasizes compliance in classification and wage rates, emphasizing that contractors must seek authorization for any unlisted occupations through a conformance process. This document serves as a vital reference for contractors engaged with the federal government, ensuring fair labor practices through adherence to established wage standards and worker protections.
    The document outlines the VA's limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that if awarded a contract, the contractor must adhere to specific percentages regarding payments to non-certified firms, depending on the type of service or construction: no more than 50% for services, 85% for general construction, and 75% for special trade construction. Exclusions for direct costs or materials are specified, and the document emphasizes compliance with federal regulations, including potential penalties for false certifications. Contractors must provide documents to demonstrate compliance with these limitations, and offers lacking the required certifications will be deemed ineligible for evaluation. This clause serves to ensure that a significant portion of contract work is retained within eligible small businesses, promoting opportunities for veteran-owned entities within federal contracting.
    The document outlines multiple solicitations for janitorial services, specifically requiring one personnel to work day shifts from Monday to Friday over several years. The contracts are structured with a five-year timeline, starting from April 1, 2025, with options for renewal every year up to April 1, 2029. Each contract year specifies a requirement for 15 hours of service, and all services fall under the principal NAICS code 561720, associated with janitorial services. The uniform product/service code assigned for this procurement is S201. This file serves as a formal Request for Proposal (RFP) to attract bids from suppliers capable of providing such services, indicating the government’s intention to maintain cleanliness and hygiene in specified facilities.
    Lifecycle
    Title
    Type
    S201--Janitorial Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    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.
    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.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    B599--Sheridan VAMC 666 | Air Balance Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for air balance services at the Sheridan VA Medical Center in Sheridan, Wyoming, under Solicitation Number 36C25926Q0114. The contract requires the contractor to perform monthly and bi-annual airflow measurement and balancing tests in various medical and sterile product areas, utilizing a NEBB and USP 797 certified inspector and all necessary equipment while adhering to industry standards. This procurement is particularly important for maintaining the safety and efficacy of medical environments, ensuring compliance with health regulations. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their proposals by January 2, 2026, at 1:00 PM Mountain Time, and can direct inquiries to Jessica Lottman at Jessica.Lottman@va.gov or by phone at 303-712-5754.
    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.
    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.
    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.
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    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.