R425--INTERTSTITIAL MAINT / CLEANING SERVICES
ID: 36C26225Q1016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to provide interstitial maintenance and cleaning services at the VA San Diego Healthcare System. The procurement aims to ensure the upkeep and cleanliness of interstitial spaces, which are critical for maintaining the overall functionality and safety of the healthcare facility. This contract, valued at approximately $25 million, will span from October 1, 2025, to September 30, 2030, with options for renewal, and emphasizes the participation of service-disabled, veteran-owned small businesses. Interested vendors must register for a mandatory site visit scheduled for July 31, 2025, and submit their proposals by the extended deadline of August 6, 2025, at 1:00 PM MDT. For further inquiries, potential bidders can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.

    Point(s) of Contact
    Felicia L SimpsonContract Specialist
    felicia.simpson@va.gov
    Files
    Title
    Posted
    This presolicitation notice outlines a request for interstitial maintenance and cleaning services for the VA San Diego Healthcare System. The contracting office, located in Phoenix, AZ, is soliciting bids under solicitation number 36C26225Q1016, with a response deadline set for June 25, 2025, at 10:00 AM Mountain Time. The project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The relevant product service code is R425, and the applicable NAICS code is 562910. Interested parties are encouraged to contact the Contract Specialist, Felicia Simpson, via email for further inquiries. This notice is part of the federal procurement process aimed at ensuring compliance with regulations while fulfilling the maintenance needs of the veteran healthcare facility.
    This document outlines a Request for Proposal (RFP) related to maintenance and service for interstitial areas at the VA San Diego Healthcare System. Key details include the mailing addresses for alternate protests and solicitation information. The solicitation is aimed at service-disabled, veteran-owned small businesses and outlines requirements for bids, including business certifications and compliance with specific Federal Acquisition Regulation clauses. The total contract value is approximately $25 million, and the delivery period extends from October 1, 2025, to September 30, 2030, with options for renewal. Offer submissions are due by July 28, 2025, with electronic invoice submission mandated through the Tungsten Network. Important contractual obligations include compliance with subcontracting limitations, service requirements, and insurance coverage. The document emphasizes the VA’s commitment to utilizing veteran-owned businesses and ensuring adherence to government regulations during contract performance. The structure features sections detailing solicitation information, contract clauses, and requirements for bidding, all of which are crucial for eligible businesses looking to participate in this procurement opportunity.
    The document is a Sources Sought Notice issued by the Department of Veterans Affairs for Interstitial Maintenance and Cleaning Services at the VA San Diego Healthcare System. The primary goal is to solicit interest from contractors with capabilities in managing asbestos-containing environments. The contract, categorized under a Firm Fixed Price, spans several years from October 2025 to September 2030, requiring certified asbestos management professionals with a minimum of five years of hospital experience. Key tasks encompass thorough clean-up and maintenance of interstitial spaces, which include HEPA vacuuming, damp mopping, and maintaining clean rooms while adhering to safety regulations. Contractors are tasked with inspecting, repairing, and documenting asbestos materials and fire/smoke barriers alongside general maintenance of equipment and facilities. The required qualifications include specific licensure and training in asbestos handling and compliance with safety standards. The notice emphasizes a competitive bidding process with strict requirements for documentation and safety compliance, underscoring the need for contractors to perform their duties without compromising the hospital's operations or safety. The initiative reflects the government’s commitment to upholding health standards in VA facilities and ensuring a safe environment for both patients and staff.
    The document is an amendment to an ongoing Request for Proposal (RFP) issued by the Department of Veterans Affairs concerning the maintenance and repair of various construction and interstitial spaces within their facilities. The amendment extends the submission deadline for proposals from July 28, 2025, to August 6, 2025, at 1:00 PM MDT, and provides clarifications in response to potential contractor inquiries regarding specific requirements of the Scope of Work (SOW). Key components include expectations for reporting conditions, repairs to fire and smoke barriers, the handling of asbestos, and general cleanliness of construction sites. Pricing details, work conditions, and the ability to conduct off-hours work are also clarified. The document emphasizes the necessity for contractors to submit comprehensive documentation, including acknowledgment of all amendments. The amendment encapsulates the complexity and accountability measures necessary for the project, underscoring the importance of adherence to safety and compliance standards throughout the execution of the contracted work.
    This document is an amendment to a solicitation for a contract issued by the Department of Veterans Affairs (VA) under the NCO 22 Network Contracting. The purpose of this amendment is to schedule a pre-proposal site visit at the VA San Diego Healthcare System, allowing interested offerors to assess the site and determine their capacity to meet the government's requirements. The site visit is scheduled for July 31, 2025, and registration is mandatory, which must be completed via email to the contract specialist by July 30, 2025. Interested attendees will receive information on the meeting location and contact details upon registration. The document emphasizes the importance of this visit for potential bidders to understand the project's expectations and effectively collaborate with the government agency. Additionally, participants are encouraged to submit questions regarding the solicitation after the site visit, ensuring clarity and communication throughout the process. This amendment reflects the agency's approach to enhance engagement with potential contractors in fulfilling its needs.
    The document outlines the vendor information required for federal government contracting, particularly for the Department of Veterans Affairs (VA). It details essential fields that need to be completed, including requestor information, vendor name and address, tax identification, contact information, and existing contract status. Key sections include business classification, socioeconomic group designations (such as small or veteran-owned businesses), and payment options. Vendors must confirm their registration with the Central Contractor Registration (CCR) and complete mandatory fields to avoid administrative issues. Additional requirements involve checking vendor compliance against specific databases to ensure eligibility for federal contracts. This systematic collection of data is aimed at streamlining the vendor onboarding process for government contracts, ensuring compliance and supporting socioeconomic goals.
    The VA-FSC Vendor File Request Form is designed to establish or update vendor records within the Department of Veterans Affairs' financial management system. It requires submission from vendors seeking payment or correspondence with various VA facilities. The form captures essential details like the VA facility's information, type of payee/vendor, vendor identification specifics, and bank account information for electronic funds transfer. Vendors must provide their Unique Entity Identifier (UEI), Tax Identification Number, and information about their financial institution. Additionally, if applicable, they can indicate if classified as a small business. Key elements include a privacy statement that underscores data usage in compliance with the Privacy Act of 1974, emphasizing the necessity of the information for payment processing through the Automated Clearing House Payment System. The form facilitates a structured approach to vendor registration or updates, streamlining communications between vendors and the VA, while ensuring compliance with federal regulations. Normal processing time is noted as 3-5 business days, with necessary contact information for support included.
    The document is the Form W-9, a request for taxpayer identification number and certification issued by the Internal Revenue Service (IRS). Its main purpose is to provide a mechanism for U.S. persons, including resident aliens, to supply their correct taxpayer identification number (TIN) to individuals or entities requesting it, primarily for reporting income and tax obligations. The form outlines key elements, including sections for entering names, addresses, tax classification (individual, corporation, etc.), and the TIN, which could be a social security number (SSN) or employer identification number (EIN). It also includes certifications regarding the accuracy of the TIN, backup withholding exemptions, and details about penalties for providing false information or failing to furnish the TIN. Additionally, the document gives instructions on circumstances when the form is required, elaborating on who qualifies as a U.S. person and specifics about exempt payees. In the context of government requests for proposals (RFPs) and grants, the form is essential for accurate taxpayer reporting and compliance, ensuring that entities submitting proposals can adequately manage tax-related obligations while interacting with federal, state, and local governments.
    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.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    J065--FOLLOW ON | PM STRYKER BEDS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    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.
    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 (Philadelphia) VA Medical Center. This 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 crucial for maintaining the facility's waste management systems and ensuring compliance with health and safety regulations. Interested parties must submit their quotes by December 30, 2025, and direct any inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    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.