S201 - John H. Bradley VA Clinic Janitorial Services
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), specifically the Network Contract Office 12, has issued a Firm Fixed-Price (FFP) Solicitation for Janitorial Services at the John H. Bradley VA Clinic located in Appleton, WI. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contractor will provide all necessary materials, labor, management, and supervision. Proposals are due January 29, 2026, at 2:00 PM Central Time.
Scope of Work
The contractor shall provide comprehensive janitorial services, including cleaning, dusting, trash removal, recycling, biohazard waste management, and extensive floor maintenance. Services must adhere to the Statement of Work (SOW) and meet Joint Commission and VA medical center infection control standards. Key responsibilities include:
- Providing all supplies, materials, machinery, and labor.
- Purchasing paper products (toilet paper, paper towels) and stocking hand soap.
- Performing floor maintenance, including annual strip/wax (approx. 25,000 sq ft) within six months of contract award, quarterly buffing, and phased carpet extraction.
- Work is to be conducted Monday through Friday, with at least one housekeeper present during clinic hours.
- Managing biohazard waste (stored in a central container, final disposal off-site) and dirty laundry (picked up by Milwaukee VA).
- Cleaning light fixtures as needed.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Solicitation (RFQ) under FAR Part 13.5 Simplified Procedures.
- Duration: A base period (April 1, 2026 – March 31, 2027) and four one-year option periods, totaling five years (ending March 31, 2031).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561720 - Janitorial Services (Size Standard: $22 Million).
- Response Due: January 29, 2026, at 2:00 PM Central Time.
- Published: January 27, 2026.
Evaluation
Award will be based on a combination of Price, Technical Capability/Experience, and Past Performance. The Government reserves the right to select a quotation other than the lowest price if it provides additional benefit.
Key Information & Actions
- Amendment 0001 (posted January 27, 2026) provides vendor questions and answers, clarifies work schedules, supply responsibilities, waste management, and floor care details. Offerors must acknowledge receipt of this amendment.
- A color-coded floor plan with approximate square footage for various flooring types is attached, crucial for accurate pricing.
- Formal DA 5105 inspections will be conducted weekly.
- A site visit was suggested for January 26, 2026. Questions were due by January 26, 2026, 3:00 PM LOCAL TIME.
- Contact for inquiries: Dustin Biermann at Dustin.Biermann@va.gov. No telephone inquiries are accepted.
- The incumbent contractor was not renewed for Option Year 1 as it was not in the Government's best interest.