Off-Campus Housekeeping SDVOSB Set-Aside Solicitation
ID: 36C26325Q0691Type: 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 (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to support multiple facilities affiliated with the Minneapolis Veterans Health Administration. The contract, which spans from July 1, 2025, to June 30, 2030, with options for four additional years, requires comprehensive janitorial services for five buildings totaling approximately 110,306 square feet, including daily cleaning tasks performed outside standard operating hours. This procurement underscores the importance of maintaining sanitary environments within veteran healthcare facilities while promoting economic opportunities for veteran-owned businesses. Interested vendors should review the attached documents and submit their proposals by the extended deadline of May 9, 2025; for further inquiries, contact Jeffrey Brown at Jeffrey.Brown8@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-4945 issued by the U.S. Department of Labor as part of the Service Contract Act, specifying minimum wage rates and conditions for federal contracts effective up to 2025. Contracts entered into after January 30, 2022, require contractors to pay covered workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 per hour, unless higher rates apply. Wage rates vary across numerous occupations in Minnesota and Wisconsin, detailing specific salaries for positions ranging from administrative support to skilled trades. The document also highlights additional benefits including health and welfare contributions, paid sick leave, vacation, and holiday pay, as well as processes for requesting additional classifications when job titles do not appear in the wage determination. Furthermore, various provisions related to working conditions, uniform allowances, and hazardous pay are included to ensure compliance and worker protections. The document serves as a guiding resource for contractors engaged in federal service contracts, ensuring they meet legal wage and benefit obligations.
    The document outlines the floor plans and specifications for multiple buildings associated with the Veterans Affairs (VA) facilities located at 6330 Bloomington Rd, St. Paul, MN. It details various areas, including the Storehouse, Roothouse, and Annex, with respective occupant capacities and office configurations. Building 222 consists of multiple floors with dedicated space for offices and cubicles, accommodating between 100-150 occupants overall. The document also emphasizes the responsibilities of general contractors regarding construction tasks, such as field verification of dimensions, demolition, and utility installations. Detailed architectural plans are provided, alongside compliance standards for space utilization in accordance with VA requirements. The content supports potential RFPs or grant applications that would enhance facility operations, improve patient care, and ensure functionality in line with the VA's goals for modernizing its infrastructure.
    The government document outlines a Fedral Request for Proposal (RFP) for janitorial services at multiple locations affiliated with the Minneapolis Veterans Health Administration. The contract period is set from July 1, 2025, to June 30, 2030, with options to extend services for up to four additional years. The services are specifically tailored for five buildings totaling approximately 110,306 square feet and include daily cleaning tasks such as waste disposal, dusting, and surface sanitization, all to be performed outside standard operating hours. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses, reflecting the government's commitment to supporting this demographic. The document also emphasizes compliance with several federal regulations, including safety guidelines and performance standards to ensure high-quality service with minimal disruption to facility operations. Additionally, it mandates that contractor personnel possess adequate qualifications, adhere to security protocols, and engage in ongoing training for compliance. The detailed nature of this RFP illustrates the government's pursuit of efficient and effective service delivery within veteran healthcare facilities, underlining the importance of maintaining sanitary environments while fostering economic opportunities for veteran-owned businesses.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs for janitorial services across five facilities. The primary purpose of the amendment is to extend the deadline for offer submissions, respond to vendor inquiries, and modify the Statement of Work (SOW). Key changes include an extension of the offer deadline to May 9, 2025, and the addition of a sustainability clause requiring products and services meet environmental standards. The SOW outlines essential janitorial tasks, including daily cleaning tasks like emptying waste cans, cleaning restrooms, and maintaining floors, alongside compliance with health and safety regulations. The contractor is responsible for providing necessary equipment and qualified personnel, including a Certified Executive Housekeeper for oversight. Additionally, the contractor must adhere to specific performance and inspection guidelines to ensure quality service delivery. This amendment ensures prospective contractors understand operational expectations, sustainability requirements, and outlines the contractual relationship without government oversight in service delivery. The rigorous compliance measures reflect the VA’s commitment to quality service while maintaining high standards within healthcare 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.
    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.
    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.
    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.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    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.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    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.