J079--Therapy Pool Cleaning and Maintenance

SOL #: 36C24826Q0082Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

Tampa, FL

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Cleaning Equipment And Supplies (J079)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Dec 4, 2025
3
Submission Deadline
Nov 26, 2025, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Combined Synopsis-Solicitation

2

Description

(i) This is a combined synopsis/solicitation for Therapy Pool Maintenance and Cleaning Service at James A. Haley Veterans Hospital (JAHVH), prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

(ii) The solicitation number is 36C24826Q0082 and is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, Effective 10/1/2025.

(iv) This solicitation is for a 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) set aside with associated NAICS code 561790 - Other Services to Buildings and Dwellings has a small business size standard of $9.0 Million. The FSC/PSC is J079 - Maintenance, Repair, and Rebuilding of Equipment- Cleaning Equipment and Supplies.

This solicitation will use Comparative Evaluation. Award will be made to the offeror determined to be acceptable, price reasonable, and is determined to be of best value to the government; all eligible offerors may submit quotes.

To be considered as a Service-Disabled Veteran Owned Small Business (SDVOSB), prospective offerors shall be a verified SDVOSB in the Veteran Small Business Certification (VetCert) pages Veteran Small Business Certification (VetCert)https://veterans.certify.sba.gov/ at the date and time set for receipt of offers.

Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications.

(v) All interested companies shall provide quotations for the following Line-Item Numbers (LINs):

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

1.00

YR

__________________

_____________

Therapy Pools Maintenance and Cleaning Services

Contract Period: Base

POP Begin: 2025

POP End: 2026

PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings

PRODUCT/SERVICE CODE: J079 - Maintenance, Repair, and Rebuilding of Equipment - Cleaning Equipment and Supplies

1001

1.00

YR

__________________

_____________

Therapy Pools Maintenance and Cleaning Services

Contract Period: Option 1

POP Begin: 2026

POP End: 2027

PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings

PRODUCT/SERVICE CODE: J079 - Maintenance, Repair, and Rebuilding of Equipment - Cleaning Equipment and Supplies

2001

1.00

YR

__________________

_____________

Therapy Pools Maintenance and Cleaning Services

Contract Period: Option 2

POP Begin: 2027

POP End: 2028

PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings

PRODUCT/SERVICE CODE: J079 - Maintenance, Repair, and Rebuilding of Equipment - Cleaning Equipment and Supplies

3001

1.00

YR

__________________

_____________

Therapy Pools Maintenance and Cleaning Services

Contract Period: Option 3

POP Begin: 2028

POP End: 2029

PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings

PRODUCT/SERVICE CODE: J079 - Maintenance, Repair, and Rebuilding of Equipment - Cleaning Equipment and Supplies

4001

1.00

YR

__________________

_____________

Therapy Pools Maintenance and Cleaning Services

Contract Period: Option 4

POP Begin: 2029

POP End: 2030

PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings

PRODUCT/SERVICE CODE: J079 - Maintenance, Repair, and Rebuilding of Equipment - Cleaning Equipment and Supplies

GRAND TOTAL

_____________

(vi) JAHVH is seeking to receive Therapy Pool Maintenance and Cleaning Service

This will be a firm-fixed price contract. Period of performance will be from the date of award through twelve (12) months, with four (4) - option year periods.

Base 12/01/2025 to 11/30/2026

Option #1 12/01/2026 to 11/30/2027

Option #2 12/01/2027 to 11/30/2028

Option #3 12/01/2028 to 11/30/2029

Option #4 12/01/2029 to 11/30/2030

(vii) Place of Performance/Place of Delivery

James A. Haley Veterans Hospital (JAHVH)

13,000 Bruce B. Down Blvd.

Tampa, FL 33612-4745

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html

http://www.va.gov/oal/library/vaar/

(viii) The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021)

(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.

(ix) The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Evaluation Approach: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

According to the Statement of Work.

Technical Acceptability: Quote will be evaluated to determine if the vendor provides a sound, compliant approach that meets the requirements of the Statement of Work (SOW) and demonstrates a thorough understanding of the requirements. The technical and management approach will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the below section of the solicitation for the following:

Acceptable - Quote clearly meets the minimum requirements of the solicitation.

Unacceptable - Quote does not clearly meet the minimum requirements of the solicitation.

Appropriate consideration will be given to the following:

a. Technical and Management Approach Quoters shall provide a brief detailed plan no more than 10 pages describing a full understanding of the requirements of this Statement of Work (SOW). Quoters has a clear and effective approach.

b. Contractor Qualification - Quoters shall provide their qualification/certifications detailing successful experience and/or operation in the industry under contracts in similar size and scope.

Past Performance: Offeror shall provide at least three (3) past performance references within the last five (5) years for contracts or purchase orders that demonstrate relevancy. Relevancy is defined by three main elements: similar scope (the range of tasks and services), size (budget, staff, duration), complexity (inherent difficulty/challenge), and dollar value (courier services with contract value $100K - $500K annually).

For each reference submit the following:

Company Name or Government Agency/POC/Phone/Email

Contract and/or Purchase Order (P.O.) Number

Period of Performance

Contract Value

One sentence description of relevance

If CPARS or other performance evaluations are available, attach (optional). Offerors without relevant past performance shall submit a brief capability statement and two professional references; lack of relevant past performance will be evaluated neutrally or as higher risk. The Government will evaluate relevance, recency, and quality and may contact references or review available performance records. Failure to provide the required information may result in an adverse or neutral Past Performance rating. The past performance evaluation will assess the relative risks associated with a Offeror s likelihood of success in fulfilling the solicitation s requirements as indicated by the Offeror s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/ ; or any other reasonable basis. The Government may rely on internal documentation including Contract Performance Assessment Reporting System (CPARS) to determine Past Performance. If no record of past performance is found in CPARS, the Offeror shall not receive a favorable or unfavorable rating but shall receive a NEUTRAL rating.

Price Schedule:

Submit a separate Pricing Volume titled Volume III Price Schedule .

Complete and return the attached Price Schedule and provide a firm fixed price for the

Base Period and each Option Period.

Complete every line item requested and provide Unit Price and Extended Amounts for

Base and all Option Periods including: total Base Period pricing, Option Period pricing,

per trip/per stop/per mile or per hour rates (as applicable), unit price for emergency

pickups, unit price for as needed RMD trips, any surge/after hours rates, and any

applicable administrative or access fees.

All prices shall be in U.S. dollars and shall be all inclusive (labor, vehicles, equipment,

fuel, maintenance, insurance, taxes, permits, overhead, and profit) unless the solicitation

expressly states otherwise.

Show line item Extended Amounts and a Grand Total (Base + All Options).

Include on the Price cover page: Offeror name, UEI/CAGE, primary point of contact

(name, phone, email), and an authorized signature (printed name, title and date).

Acknowledge all solicitation amendments and list any exceptions or deviations to the

Price Schedule (exceptions may render an offer nonconforming).

Acceptable formats for Volume III Price Schedule are Excel (most preferable), fill or

PDF file.

Failure to complete the Price Schedule as instructed may result in the offer being deemed non-responsive and ineligible for award.

The following contract clauses apply to this acquisition:

(xi) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services .

The following clauses are incorporated into 52.212-4 as an addendum to this contract:

(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services

The following subparagraphs of FAR 52.212-5 are applicable:

52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020)

52.204-13 System For Award Management Maintenance (OCT 2018)

52.204-18 Commercial And Government Entity Code Maintenance (AUG 2020)

52.203-17 Contractor Employee Whistleblower Rights (NOV 2023)

52.204-7 System For Award Management (OCT 2018)

52.204-9 Personal Identity Verification Of Contractor Personnel (JAN 2011)

52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)

52.204-27 Prohibition On A Bytedance Covered Application (JUN 2023)

52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)

52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns (OCT 2022)

52.219-6 Notice Of Total Small Business Set-Aside

52.219-8 Utilization of Small Business Concerns (SEP 2023)

52.219-28 Post Award Small Business Program Representation (JUL 2013)

52.222-3 Convict Labor (JUN 2003)

52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016)

52.222-21 Prohibition of Segregated Facilities (APR 2015)

52.222-26 Equal Opportunity (APR 2015)

52.222-35 Equal Opportunity for Veterans (JUN 2020)

52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

52.222-37 Employment Reports on Veterans

52.222-41 Service Contract Labor Standards (AUG 2018)

52.222-50 Combating Trafficking in Persons (MAR 2015)

52.222-54 Employment Eligibility Verification (MAY 2022)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)

52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)

52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Jun 2020)

52.232-33 Payment by Electronic Funds Transfer System for Award Management

852.203-70 Commercial Advertising (JAN 2008)

852.204-70 Personal Identity Verification Of Contractor Personnel (MAY 2020)

852.215-70 Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors (Deviation) (JAN 2023)

852.215-71 Evaluation Factor Commitments (OCT 2019)

852.232-72 Electronic Submission of Payment Requests

852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)

852.233-71 Alternate Protest Procedure (OCT 2018)

852.237-70 Contractor Responsibilities

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.va.gov/oal/library/vaar/

(xiii) All responses must include verification that each specification outlined in the Line Items, SOW, and any relevant attachments is/are met.

(a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Government reserves the right to make no award if quote does not meet the requirements of this solicitation.

CONTRACTOR IS RESPONSIBLE FOR CORRECT WAGE TITLE CLASSIFICATIONS OF THEIR EMPLOYEES AND COMPLIANCE WITH ALL APPLICABLE WAGE AND HOUR LAWS.

The DOL Wage Determination for the specific locality applies to this solicitation and any contract awarded is available at https://beta.sam.gov/ Please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality.

Florida Counties of Hernando, Hillsborough, Pasco, Pinellas Wage

Wage Determination No.: 2015-4571

Revision No.: 27

Date of Last Revision: Jul 8, 2025

The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.

SUBMISSION OF QUOTES. Quote should be submitted as One combined PDF document at or before the exact time specified in due date of this solicitation by email to the Point of Contact listed below to include:

A Quote on company letterhead and any needed attachments. Quotes must be submitted on the vendor s own form. To include (Limitation of Subcontracting Certification)

Provide Contractor Name, UEI#, Address, Point of contact(s) name, phone, and email. If NOT the manufacturer, then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award (If Applicable).

Prices need to include any FOB destination shipping cost. The Government is requesting discounts, notate any discounts.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

There are no additional contract requirements, terms, or conditions.

(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.

(xv) Quotes must be emailed to Walida.MooreSaintil@va.gov and received No Later Than 11/26/2025 15:00 pm EST on the close date.

(xvi) Point of Contact: contact Walida Moore-Saintil at Walida.MooreSaintil@va.gov ; NO PHONE CALLS WILL BE ACCEPTED. NO LATES WILL BE ACCEPTED.

End of Document

See attached document: ATTACHMENT 1 SOW

See attached document: ATTACHMENT 2 - LOS

People

Points of Contact

Walida Moore-SaintilContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Award Notice
Posted: Dec 4, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Nov 21, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Nov 20, 2025
J065--Therapy Pool Cleaning and Maintenance | GovScope