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) is soliciting quotes for Janitorial Services for the Eastern Colorado Healthcare System, encompassing the Rocky Mountain Regional VA Medical Center, Fisher House, and Valor Point Domiciliary. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due February 27, 2026.
Scope of Work
The requirement is for comprehensive janitorial and housekeeping services across approximately 627,000 cleanable square feet. This includes general cleaning, restroom sanitization, surface disinfection, waste management, and specialized cleaning for areas like cafeterias. Services must maintain an infection control compliant facility, adhering to The Joint Commission (TJC) and National Environmental Cleaning Standards. The VA will furnish all cleaning chemicals, disinfectants, and certain equipment, with the contractor responsible for transporting these items to various locations. Interior window cleaning up to 12 feet is required.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Duration: One base year (August 1, 2026 - July 31, 2027) and four option years, extending through July 31, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 561720 (Janitorial Services)
- Response Due: February 27, 2026, 23:00 MT
- Published: February 23, 2026
Submission Requirements
Offerors must submit quotes in four distinct volumes:
- Volume I - Technical Capability/Quality: Include a cleaning plan, staffing plan, quality control plan, proof of insurance, and required certification (International Executive Housekeeper Association (IHEA) and Certified Executive Housekeeper (CEH) or equivalent) for supervision from the prime contractor's program manager or a similarly situated SDVOSB subcontractor.
- Volume II - Price: Complete the provided Price/Cost Schedule (referencing the updated price schedule 1.16) for all base and option year line items.
- Volume III - Past Performance: Provide up to three recent (within 3 years) and relevant past efforts, including CPARS evaluations if available, or contract details.
- Volume IV - VAAR 852.219-75: Complete the Limitations on Subcontracting provision, listing any subcontractors and demonstrating compliance (prime cannot pay more than 50% of contract value to non-similarly situated subcontractors).
Evaluation
Award will be made based on a comparative analysis for the most advantageous offer, considering technical capability, price, and past performance. Offerors must acknowledge all amendments as part of their quote submission.
Key Clarifications
Amendment 0003 clarified that interior window cleaning is required up to 12 feet and confirmed the total cleanable square footage is 627,000 sq. ft. It also reinforced subcontracting limitations, directing offerors to FAR 19, VAAR 852.219-75, and the Ostensible Rule.