S201--Janitorial Service Base Plus 4 Option Years SDVOSB Set Aside
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of Veterans Affairs (VA), Network Contract Office 19, is soliciting quotes for Janitorial Services for the Rocky Mountain Regional VA Medical Center (Aurora, CO), The Fisher House (Aurora, CO), and Valor Point Domiciliary (Lakewood, CO). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity for a base year plus four option years. The objective is to provide aseptic and aesthetic housekeeping services, maintaining infection control and meeting TJC and National Environmental Cleaning Standards. Quotes are due by February 27, 2026, at 16:00 Mountain Time.
Scope of Work
The contractor will provide comprehensive janitorial and housekeeping services, including sweeping, mopping, vacuuming, floor scrubbing, burnishing, carpet shampooing, high/low dusting, restroom cleaning, steam cleaning, wall cleaning, staff lounge cleaning, dispenser cleaning, grout cleaning, and trash removal. Services cover administrative areas, patient areas, cafeterias, and operational spaces across the specified facilities. Interior window cleaning up to 12 feet is included. The VA Floor Crew handles stripping, waxing, and periodic buffing of flooring; the contractor is responsible for daily upkeep. Sharps and biohazard/red-bag waste handling is performed by VA EMS Housekeeping staff, not the contractor. The contractor is responsible for linen/laundry at the Fisher House, including bed stripping/remaking and weekend washing.
Period & Place of Performance
The contract includes a Base Year from August 1, 2026, to July 31, 2027, with four Option Years, extending the potential period of performance through July 31, 2031. Services will be performed at the Rocky Mountain Regional VA Medical Center and The Fisher House in Aurora, CO, and the Valor Point Domiciliary in Lakewood, CO.
Key Requirements & Deliverables
Offerors must provide all labor, management, and supervision. A Project Manager or Assistant Project Manager must be onsite daily, and an IHEA Certified Executive Housekeeper (CEH) or equivalent (e.g., CESE, CHESP) is required to supervise and train personnel. Initial and annual refresher training is mandatory, covering bacteriology, OSHA standards, PPE use, emergency procedures, and VA-specific training. The Government will furnish all cleaning chemicals, disinfectants, and supplies; the contractor is responsible for transporting these. Contractor personnel must wear distinguishable uniforms and display identification badges. A Quality Control Plan, including an inspection system and corrective action methods, is required. The contractor must provide radio communication devices.
Submission Requirements
Quotes must be submitted in four distinct volumes:
- Volume I - Technical Capability/Quality: Include a cleaning plan, staffing plan, quality control plan, proof of insurance, and the required CEH/equivalent certification for the PRIME contractor.
- Volume II - Price: Complete the provided price schedule (dated 01.16), pricing all base and option year line items, including a mandatory "not to exceed" CLIN for emergency cleaning ($5,000.00).
- Volume III - Past Performance: Provide a maximum of three recent (within 3 years) and relevant past efforts, including CPARS or detailed contract information.
- Volume IV - VAAR 852.219-75: Complete the Certificate of Compliance for Limitations on Subcontracting, listing subcontractors (if any, with NAICS 561720) or stating "No Subcontractors will be used."
Quotes must be submitted to BOTH natasha.holland@va.gov and noaa.lanotte@va.gov by the deadline. Offerors must acknowledge all amendments.
Evaluation Criteria
Award will be made based on a comparative analysis for the most advantageous offer, not necessarily the lowest price technically acceptable. Evaluation will consider technical capability, price, and past performance. Specialized medical facility environmental services capability is not a required element.
Contract Details
This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract. It is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside under NAICS Code 561720 (Janitorial Services) with a $22 Million size standard. SDVOSB status must be verified in the SBA database. The Department of Labor Wage Determination 2015-5419 Revision Number 31 applies. A 30-day transition/phase-in period is anticipated.
Important Notes
Amendment 0002 extended the quote deadline and updated the Performance Work Statement (PWS 2.12). Answers to vendor questions from the site visit clarify that the government provides all janitorial supplies and equipment, and the contractor is responsible for linen/laundry at the Fisher House. A 30-day transition/phase-in period is anticipated.