S201--JWC Janitorial Service

SOL #: 36C25026Q0293Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Mishawaka, Indiana

NAICS

Facilities Support Services (561210)

PSC

Custodial Janitorial Services (S201)

Set Aside

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

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
May 11, 2026, 4:00 PM

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 Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for comprehensive custodial services. Proposals are due May 11, 2026.

Scope of Work

The contractor will provide complete janitorial and custodial services for the 71,403 sq. ft. facility, including all labor, management, equipment, and supplies. Key requirements include:

  • Adherence to specific cleaning standards, chemical usage (EPA-approved), and equipment (HEPA filter vacuums, microfiber mopping systems).
  • Waste management, including biohazard and chemo waste.
  • Services during specific work hours, with potential for weekend/holiday work; restricted areas require VA escort.
  • Contractor personnel must have at least one year of medical facility cleaning experience and undergo annual PPD, Flu Shot, and Hepatitis B testing.
  • Provision of a Quality Control Program, Contingency Plan, Staffing Model, chemical list, and equipment list.
  • The Quality Assurance Surveillance Plan (QASP) outlines government monitoring methods, including periodic surveillance, customer complaints, and 100% inspections, with an Acceptable Quality Level (AQL) of not exceeding 2 customer complaints per month.
  • Bidders should review the provided JWC VA Clinic Site-Floor Plan to understand the physical layout and scope.

Contract & Timeline

  • Contract Type: Firm-Fixed Price, utilizing 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.
  • Anticipated Award Date: June 15, 2026.
  • Estimated Value: Approximately $47 Million.
  • NAICS Code: 561210 (Facilities Support Services) with a size standard of $47 Million.
  • Published Date: April 9, 2026.

Submission & Evaluation

  • Offer Due Date: May 11, 2026, by 12:00 p.m. EDT.
  • Questions Due: April 27, 2026, by 12:00 p.m. EDT. Submit all questions in writing to Courtney.Seevers@va.gov.
  • Submission Requirements: Offerors must complete SF 1449 blocks, Contract Administration Data, Price/Cost Schedule, and provide a 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.

Eligibility / Set-Aside

This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified and listed in the SBA certification database at the time of offer submission and award. Compliance with VAAR 852.219-75 (Limitations on Subcontracting for Services: 50% to SDVOSBs) and registration in the System for Award Management (SAM) are mandatory.

Additional Notes

The solicitation incorporates various FAR and VAAR clauses, including Service Contract Labor Standards, Insurance requirements, and Personal Identity Verification. Invoices must be submitted electronically via Tungsten Network. Contractors must comply with OSHA standards and Indiana State Department of Health regulations. VHA Directive 1850, "Environmental Programs Service," provides overarching policy guidance relevant to these services.

People

Points of Contact

Courtney R SeeversContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: May 6, 2026
View
Version 9
Solicitation
Posted: May 6, 2026
View
Version 8
Solicitation
Posted: May 1, 2026
View
Version 7
Solicitation
Posted: Apr 29, 2026
View
Version 6
Solicitation
Posted: Apr 29, 2026
View
Version 5
Solicitation
Posted: Apr 29, 2026
View
Version 4
Solicitation
Posted: Apr 28, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 9, 2026
Version 2
Solicitation
Posted: Apr 6, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 27, 2026
View