S201--JWC Janitorial Contract
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 proposals for Janitorial Services at The Jackie Walorski VA Clinic (JWC) in Mishawaka, Indiana. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for comprehensive custodial services. Proposals are due April 27, 2026, by 12:00 PM ET.
Scope of Work
The contractor will provide all labor, management, equipment, and supplies necessary to maintain cleanliness for the 71,403 sq. ft. facility. Key requirements include specific work hours, VA escort for restricted areas, use of HEPA filter vacuums and microfiber mopping systems, EPA-approved chemicals, and proper waste management (including biohazard and chemo waste). Personnel must have at least one year of medical facility cleaning experience and undergo annual PPD, Flu Shot, and Hepatitis B testing. Bidders must submit a Quality Control Program, Contingency Plan, Staffing Model, chemical list, and equipment list. The Quality Assurance Surveillance Plan (QASP) outlines government monitoring methods, performance standards (e.g., not exceeding 2 customer complaints per month), and potential incentives/disincentives. A floor plan for the VA St. Joseph County CBOC is provided to aid in understanding the physical space. Services must align with VHA Directive 1850 for Environmental Programs Service.
Contract Details
- Contract Type: Uses Simplified Acquisition Procedures.
- Period of Performance: A base year (November 1, 2026, to October 31, 2027) with four (4) one-year option periods, totaling up to five years.
- NAICS Code: 561210 (Facilities Support Services)
- Size Standard: $47 Million
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified and listed in the SBA database at the time of offer submission and award, and comply with VAAR 852.219-75 (Limitations on Subcontracting for Services: 50% to SDVOSBs). Must be registered in SAM.
- Place of Performance: Department of Veterans Affairs, Veterans Health Administration, Mishawaka, Indiana.
Submission & Evaluation
- Offer Due Date: April 27, 2026, by 12:00 PM ET.
- Questions Due: April 27, 2026, by 12:00 PM ET, submitted in writing to Courtney.Seevers@va.gov.
- Submission Requirements: Completed SF 1449 blocks, Contract Administration Data, Price/Cost Schedule, Contractor Quality Control Program, Contingency Plan, proposed staffing model, and a list of chemicals.
- Evaluation Factors: Technical, Past Performance, and Price, using a comparative evaluation process.
- Contact: Courtney R Seevers, Contracting Officer, Courtney.Seevers@va.gov.
Additional Notes
Invoices must be submitted electronically via Tungsten Network. Contractors must comply with OSHA standards and Indiana State Department of Health regulations.