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), specifically the Network Contract Office 10 (36C250), is soliciting proposals for Janitorial Services at The Jackie Walorski VA Clinic in Mishawaka, Indiana. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract is for comprehensive janitorial and custodial services for the 71,403 sq. ft. facility. Proposals are due by April 29, 2026, at 4:00 PM ET.
Scope of Work
The contractor will provide all labor, management, equipment, and supplies (excluding VA-provided hand soap) necessary to maintain cleanliness according to the Performance Work Statement (PWS). Key requirements include:
- Comprehensive janitorial and custodial services for the 71,403 sq. ft. Jackie Walorski VA Clinic at 1540 Trinity Place, Mishawaka, IN.
- Services performed during specific work hours, with potential for weekend/holiday work; Tuesday, Thursday, and Friday services extended to 5:30 p.m.
- Minimum of seven (7) janitorial staff on-site at all times.
- Adherence to specific cleaning standards, EPA-approved chemical usage, and use of equipment like HEPA filter vacuums and microfiber mopping systems.
- Waste management, including handling regulated medical waste up to the on-site collection point.
- Personnel must have at least one year of medical facility cleaning experience and undergo annual PPD, Flu Shot, and Hepatitis B testing, along with mandatory VA Talent Management System (TMS) courses.
- Submission of a Quality Control Program, Contingency Plan, Staffing Model, chemical list, and equipment list.
- A revised cleaning frequency matrix has been included via amendment.
Contract Details
- Contract Type: Firm-Fixed Price.
- 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.
- Estimated Value: Approximately $47 Million.
- NAICS Code: 561720 (Janitorial Services) with a size standard of $22.0 Million.
- Anticipated Award Date: June 15, 2026.
Submission & Evaluation
- Offer Due Date: April 29, 2026, 4:00 PM ET.
- Questions Due: April 27, 2026, 12:00 PM ET, submitted 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.
- Site Visit: A site visit is scheduled for May 4th at 10:00 AM ET.
Eligibility
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, and comply with VAAR 852.219-75 (Limitations on Subcontracting for Services: 50% to SDVOSBs). Registration in the System for Award Management (SAM) is required.
Additional Notes
The Quality Assurance Surveillance Plan (QASP) outlines the government's monitoring methods, including periodic surveillance, customer complaints, and 100% inspections, with an Acceptable Quality Level (AQL) typically not exceeding 2 customer complaints per month. VHA Directive 1850 provides the overarching policy framework for environmental services within VA medical facilities.