S201--Janitorial Fisher House 1 and 2

SOL #: 36C24825Q1045Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Facilities Support Services (561210)

PSC

Custodial Janitorial Services (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 18, 2026
2
Submission Deadline
Mar 26, 2026, 2:00 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.

Quick Summary

The James A. Haley VA Medical Center is soliciting proposals for Janitorial/Linen Laundry and Custodial Services for Fisher House 1 and Fisher House 2. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm Fixed Price award for a base year and four one-year option periods. Proposals are due March 26, 2026, at 10:00 AM EST.

Scope of Work

The contractor will provide comprehensive janitorial and linen laundry services for various areas within Fisher House 1 and 2, including kitchens, living rooms, guest rooms, common bathrooms, and offices. Specific tasks encompass sweeping, mopping, vacuuming, dusting, surface cleaning, sanitizing restrooms, trash removal, window cleaning, carpet cleaning, and linen processing. The requirement emphasizes "hotel" quality linens and cleaning techniques, adherence to industry standards, OSHA, EPA, and Joint Commission requirements. The contractor is responsible for providing all necessary personnel, equipment, tools, materials, supervision, training, and transportation. Special procedures for handling contaminated laundry and use of hypoallergenic detergent are also required.

Contract Details

  • Contract Type: Firm Fixed Price (Base Year + 4 one-year option periods)
  • Period of Performance: April 1, 2026, through September 30, 2030
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 561210 (Janitorial Services)
  • Size Standard: $47.0 Million
  • Product Service Code: S201 (Custodial Janitorial Services)

Submission & Evaluation

  • Offer Due Date: March 26, 2026, 10:00 AM EST
  • Questions Deadline: March 23, 2026, 1:00 PM EST
  • Submission Method: Electronically via email
  • Evaluation Factors: Technical Acceptability, Past Performance, and Price.
    • Technical Acceptability: Assessed based on the offeror's ability to perform services, understanding of requirements, and proposed work plan.
    • Past Performance: Evaluated based on recent and relevant contract performance, likely utilizing a Past Performance Questionnaire.
    • Price: Review for reasonableness.

Eligibility & Notes

  • Offerors must be certified and listed in the SBA certification database as an eligible SDVOSB.
  • Required forms include the "Limitations on Subcontracting - Certificate of Compliance for Services and Construction" and a commercial price list.
  • Late submissions will not be accepted.
  • Contact: Keila President, Contracting Officer, keila.president@va.gov.

People

Points of Contact

Keila PresidentContracting OfficerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
S201--Janitorial Fisher House 1 and 2 | GovScope