S201--EMS Housekeeping Services - new base + 2

SOL #: 36C25926Q0071Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 19 (36C259)
Greenwood Village, CO, 80111, United States

Place of Performance

Salt Lake City, Utah

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

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

Timeline

1
Posted
Jan 26, 2026
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 18, 2026, 12:00 AM

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 Contracting Office 19, is soliciting quotes for EMS Housekeeping Services at the George E. Wahlen VA Medical Center Campus in Salt Lake City, Utah. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a base year and two option years. The primary goal is to maintain a sanitary and safe environment. Quotes are due by February 17, 2026, at 5:00 PM Mountain Time.

Scope of Work

The contractor shall provide all labor, supervision, management, transportation, equipment, materials, and non-personal services for comprehensive hospital housekeeping, general housekeeping, and Regulated Medical Waste (RMW) collection. Services include cleaning and sanitizing various areas (e.g., patient rooms, common areas, surgical suites), waste disposal, restocking supplies, and reporting maintenance issues. Services are required 7 days a week across multiple buildings, including Main Hospital Building 1 and Building 14, as detailed in the Performance Work Statement (PWS).

Contract Details

  • Contract Type: Firm-Fixed Price Combined Synopsis/Solicitation (RFQ).
  • Duration: One base year plus two option years, not to exceed five years total.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the SBA Small Business Certification (SBS) database. The NAICS code is 561720 (Janitorial Services) with a size standard of $22 Million.
  • Place of Performance: George E. Wahlen VA Medical Center Campus, 500 S. Foothill Blvd., Salt Lake City, UT 84148.
  • Government-Furnished Items: The VA will provide specific supplies (e.g., trash liners, disinfectants, hand hygiene products) and a computer for the supervisor. The contractor is responsible for all other necessary equipment and supplies.
  • Subcontracting: Compliance with VA Notice of Limitations on Subcontracting is mandatory, requiring that no more than 50% of the contract amount for services be paid to non-VIP-listed SDVOSBs or VOSBs.
  • Wage Determination: DOL Wage Determination 2015-5489 for Salt Lake and Tooele counties, Utah, applies, outlining minimum wage and fringe benefits.
  • Bonding: Not required; a Certificate of Insurance is necessary.

Performance Requirements

Services must meet defined standards for cleanliness, sanitation, and safety, evaluated via a Quality Assurance Surveillance Plan (QASP) with specific defect thresholds. Key personnel (Supervisor, Shift Leaders) require specific experience and certifications. Mandatory training, uniforms, health requirements (including immunizations), and security clearances are required for all personnel.

Submission & Evaluation

  • Quote Due Date: February 17, 2026, at 5:00 PM Mountain Time, Denver, USA.
  • Submission Method: Email quotes to heather.chase2@va.gov (4MB email limit).
  • Evaluation Factors: Technical capability or quality, Price, Past Performance, and VA Notice of Limitations on Subcontracting – Certificate of Compliance. Award will be made on an "All or Nothing" basis to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors through comparative analysis.
  • Required Submissions: The RFQ in its entirety, including Technical Capability, Price, Past Performance, and VAAR 852.219-75 (Limitations on Subcontracting).

Key Clarifications

Clarifications confirm contractor responsibility for most supplies/equipment (with specific VA-provided exceptions), inclusion of RMW collection/internal transport, and requirements for staffing rosters and background checks. Building 32 is explicitly excluded from the scope. Offerors should utilize the provided Room Audit Summary and floor plans for staffing and pricing.

People

Points of Contact

Heather ChaseContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View