S201--EMS Housekeeping Services - new base + 2
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 Contracting Office 19, is soliciting proposals for EMS Housekeeping Services at the George E. Wahlen VA Medical Center Campus in Salt Lake City, Utah. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be for a base year plus two option years. Offers are due by February 17, 2026, at 5:00 PM Mountain Time.
Scope of Work
The contractor shall provide comprehensive housekeeping services, including all labor, supervision, management, transportation, equipment, materials, and non-personal services for hospital housekeeping, general housekeeping, and Regulated Medical Waste (RMW) collection. Services cover various areas such as patient rooms, restrooms, common areas, corridors, administrative offices, and specialized clinical and surgical suites across multiple buildings (e.g., 1, 2, 4, 5, 6, 7, 8, 9, 14, 16, 18, 47, 49). Services are required 7 days a week, with specific shifts detailed for weekdays and weekends. Tasks include cleaning, sanitizing, waste disposal, restocking supplies, and reporting maintenance issues, all adhering to strict infection control guidelines. Annual stripping/waxing of hard floors and semi-annual carpet care are also specified.
Contract Details
- Contract Type: Firm-Fixed Price
- Duration: Base Year (March 1, 2026 – February 28, 2027) plus two one-year option periods.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the SBA SBS database.
- NAICS Code: 561720 (Janitorial Services), Size Standard: $22 Million.
- Product Service Code (PSC): S201 (Custodial Janitorial Services).
- Place of Performance: George E. Wahlen VA Medical Center Campus, 500 Foothill Blvd, Salt Lake City, UT 84148.
Key Requirements & Provisions
- Staffing: Key personnel (Supervisor, Shift Leaders) require specific experience and certifications. All personnel must be English proficient, undergo background checks, and meet health requirements (immunizations).
- Performance Standards: Services will be evaluated via a Quality Assurance Surveillance Plan (QASP) with defined defect thresholds and re-performance remedies.
- Government-Furnished Items: The Government will provide trash liners, RMW supplies, hand hygiene products, cleaning/disinfectant wipes, paper products, EPA-registered disinfectants, face masks, local phone service, one computer for the supervisor, and all equipment (including vacuums and shampooers) except for floor stripping and waxing equipment. The Government will provide floor wax.
- Contractor-Provided Items: Contractor must furnish uniforms, PPE, floor stripping/waxing equipment, and all other necessary supplies and vehicles not provided by the Government.
- Wage Determination: Compliance with DOL Wage Determination 2015-5489 for Salt Lake and Tooele counties, Utah, is mandatory.
- Subcontracting Limitations: Offerors must submit a VA Notice of Limitations on Subcontracting Certificate of Compliance, ensuring no more than 50% of the contract amount is paid to non-SDVOSB/VOSB firms for services.
Submission & Evaluation
- Submission Method: Offers must be emailed to heather.chase2@va.gov (4MB limit).
- Evaluation Factors: Technical capability/quality, Price, Past Performance, and the VA Notice of Limitations on Subcontracting Certificate of Compliance. Award will be made on an an "All or Nothing" basis to the most advantageous offeror.
- Pricing: Offerors are responsible for developing staffing plans and pricing based on the Room Audit Summary and floor plans. A revised Price Schedule (Attachment 2) must be used.
- Bonding: Not required; a Certificate of Insurance is mandatory.
Important Dates
- Offer Due Date: February 17, 2026, 5:00 PM Mountain Time.
- Published Date: February 11, 2026.