S201--IDIQ Floor Cleaning
ID: 36C26326Q0135Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The contractor will be responsible for stripping existing floor finishes, scrubbing baseboards, and applying a specified brand-name floor finish to approximately 86,000 square feet of space annually, adhering to VA safety and environmental guidelines. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be submitted via email to John Milroy at John.Milroy@VA.GOV, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.

    Point(s) of Contact
    John MilroyContracting Officer
    (605) 336-3230
    john.milroy@va.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 36C26326Q0135, issued by the Department of Veterans Affairs, Network Contracting Office 23. The solicitation is for IDIQ Floor Cleaning services, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). This amendment specifically addresses vendor questions and updates the submission requirements for quotes. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be emailed to John.Milroy@VA.GOV in .pdf or .docx format. The place of performance is the VA Nebraska-Western Iowa Health Care System in Omaha, NE.
    The Department of Veterans Affairs (VA) is soliciting quotes for an IDIQ Floor Cleaning contract for the VA Nebraska-Western Iowa Health Care System in Omaha, NE. This is a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), requiring verification in VetCert and active SAM registration. The NAICS code is 561720 (Janitorial Service) with a $22.0 million size standard. The contract covers floor scrubbing services for a base period from March 1, 2026, to February 28, 2027, with four one-year ordering periods. Technical questions are due by December 1, 2025, and quotes, in .pdf or .docx format, must be emailed to John.Milroy@VA.GOV by December 8, 2025, at 12:00 PM Central Time.
    This amendment to solicitation 36C26326Q0135 addresses vendor questions for a floor scrubbing service contract for the VA Nebraska-Western Iowa Health Care System. Key clarifications include confirming that "FT" refers to "Square Feet" for pricing, stating that the government will not guarantee an annual minimum amount, and that the initial guaranteed minimum will be for the first task order. The solicitation mandates a specific brand-name floor finish, with no
    The Department of Veterans Affairs (VA) is soliciting proposals for floor stripping and refinishing services at the VA Nebraska-Western Iowa Health Care System in Omaha, NE. This solicitation (36C26326Q0135) is a total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-aside. The contract includes a base year from March 1, 2026, to February 28, 2027, with four optional ordering periods, extending services until February 28, 2031. The scope of work involves stripping existing floor finish, scrubbing baseboards, and applying three layers of Armour-Metallic Interlocked Polymer Floor Finish to an estimated 50,000 square feet of corridor space and 36,000 square feet of room space annually. The contractor must provide all labor, equipment, tools, and chemicals, and adhere to specific work hours, safety protocols, and VA environmental and information security guidelines. The contract has a guaranteed minimum of $120,000 for the base period and a maximum of $800,000.00 over its lifetime. Offers are due by December 8, 2025, at 12:00 PM CST.
    The Department of Veterans Affairs (VA) mandates annual privacy training for all personnel, including contractors and volunteers, to protect sensitive information. This specific training is for those without direct access to VA computer systems or sensitive data, focusing on safeguarding information incidentally encountered. Personnel with direct access to VA systems like VATAS, CPRS, or protected health information (PHI) must complete Privacy and HIPAA Focused Training (TMS 10203) and VA Privacy and Information Security Awareness and Rules of Behavior (TMS 10176). The document defines VA sensitive information and PHI, provides examples of incidental disclosures, and outlines safeguards such as securing found information, not taking sensitive data off-site without permission, and reporting lost access credentials. It also lists six privacy laws governing the VA, clarifies rules on using and disclosing PHI, and details civil and criminal penalties for privacy violations. All personnel are responsible for protecting veteran information and must report concerns to their Privacy Officer or Information Systems Security Officer.
    This government file outlines various administrative and operational procedures, likely for an organization or project. It details requirements for information collection, personnel roles, financial management, and reporting. Key areas include data handling, compliance with specific regulations, and systematic approaches to task execution. The document also addresses different types of operations, such as facility management, resource allocation, and quality control, along with associated documentation. It emphasizes structured processes for managing information and ensuring accountability, reflecting typical government operational standards for efficiency and transparency. This comprehensive guide aims to standardize practices across multiple functions, ensuring consistent and compliant execution of tasks within the agency.
    Lifecycle
    Title
    Type
    S201--IDIQ Floor Cleaning
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide janitorial services at the Omaha National Cemetery in Nebraska. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These services are crucial for maintaining the cleanliness and upkeep of the cemetery, which honors veterans and their families. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the procurement process.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    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 services are crucial for maintaining the cleanliness and upkeep of the cemetery, which honors veterans and their families. 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 presolicitation notice.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum servicing at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for maintenance of sanitary and storm sewer systems, including vacuuming, camera inspections, and emergency jetting, with a base contract period from January 1, 2026, to December 31, 2026, and four additional option years extending through December 31, 2030. This contract is crucial for ensuring the proper maintenance and functionality of the facility's waste management systems, which are vital for health and safety compliance. Interested parties must submit their offers by November 21, 2025, at 10:00 AM MST, and can direct inquiries to Contract Specialist Charles Gritzmacher at charles.gritzmacher@va.gov or 303-712-5780.
    Parking Lot Restriping
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking proposals for parking lot restriping and repair services at the Marion VA Medical Center in Illinois. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to refresh existing pavement markings to enhance visibility, safety, and traffic flow. The contract is a firm-fixed-price for a one-time service, with work scheduled to be completed between December 15-16, 2025, and proposals are due by 3:00 PM CST on December 7, 2025. Interested contractors should direct inquiries to James Horne Jr. at James.horne@va.gov or call 913-758-9914, and must comply with various federal regulations, including limitations on subcontracting and electronic invoicing requirements.
    Automatic Door Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a comprehensive maintenance contract for automatic doors at its Omaha and Grand Island VAMC facilities. The contract will cover preventive maintenance, emergency, and corrective repair services for approximately 85 automatic doors, requiring quarterly maintenance and specific response times for emergencies and non-emergencies. This procurement is critical for ensuring the operational efficiency and safety of the facilities, with compliance to OSHA and other regulations being mandatory. Interested contractors must contact Jesse Sweesy at jesse.sweesy@va.gov or Erica M Miller at Erica.Miller5@va.gov for further details, with the contract expected to span from December 2025 to December 2026, including four one-year options.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    J079-- Housekeeping Equipment Preventive Maintenance and Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventive maintenance and repair services for housekeeping equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement 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 monthly preventive maintenance, corrective maintenance, and repair services for various floor care machines, ensuring compliance with strict operational standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM CST, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.