S201--Window Washing - NWI
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 23, is soliciting quotes for Window Washing Services for the Nebraska Western Iowa Healthcare System at the Omaha and Grand Island VAMCs. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be a Firm-Fixed-Price award for a base year and four option years. Quotes are due by May 1, 2026, at 10:00 AM Central.
Scope of Work
The requirement includes comprehensive interior (common/public areas only) and exterior window cleaning services. Key deliverables involve providing all necessary personnel, equipment, supplies, and supervision to ensure windows are left free from dirt, streaks, and stains. The contractor must replace broken glass within 24 hours at no cost to the government and adhere to strict safety protocols, including fall protection and OSHA standards. Environmentally friendly cleaning solutions and water minimization are required. Contractor staff must complete specific VA training (TMS #20939) and comply with NARA records management.
Contract Details
- Type: Firm-Fixed-Price
- Period of Performance: Base Year (May 15, 2026 – May 14, 2027) plus four option years.
- Estimated Value: Up to $22 Million (likely a ceiling).
- Place of Performance: Department of Veterans Affairs, Nebraska Western Iowa Healthcare System, Omaha VAMC and Grand Island VAMC.
Eligibility & Submission
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered and current in SAM and meet SBA requirements. The NAICS code is 561720 ($22 million size standard), and VAAR 852.219-75 (50% subcontracting limit) applies. Quotes must be submitted electronically to james.miller4@va.gov and curt.larose@va.gov by May 1, 2026, at 10:00 AM Central. Submissions should be readable in Microsoft Office 2007+ or PDF (300 dpi). Proposals require Volume 1 for pricing and Volume 2 for all other documents; Volume 2 can be split if needed, but all documents must be received by the due date without opportunity for corrections. Mandatory site visits are scheduled for Omaha VA on April 21, 2026, at 3 PM Central and Grand Island VA on April 22, 2026, at 3 PM Central. Attendance is required.
Key Clarifications (Amendment 0003)
- Performance Start: Quarterly cleanings within 30-45 days of award; kickoff meeting within 10 business days.
- Scope Exclusions: Offices and exam rooms are excluded from interior cleaning. The awning at the Omaha VA ACC is not included. Windows on the 6th floor and lower at Omaha VA (cooling tower area) are excluded from quotes.
- Temporary Roof Clips: Acceptable if the contractor assumes all risk/liability, follows OSHA/safety guidelines, prevents roofing damage, adheres to industry standards, and corrects any damage at their expense.
- Invoicing: Can be submitted quarterly, annotating the specific washing being invoiced.
- Evaluation: Technical, Past Performance, and Price.