S201--Window Washing - NWI POP: 06/01/2026 - 05/31/2027 +4 PO: 636C61130
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 proposals for Window Washing Services for the VA Nebraska Western Iowa Healthcare System at the Omaha VAMC and Grand Island VAMC. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by May 1, 2026, at 10:00 AM Central.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for interior and exterior window cleaning. Key requirements include ensuring windows are free from dirt, streaks, and stains, and replacing broken glass within 24 hours at no cost to the government. Strict adherence to safety standards, including fall protection and OSHA, is mandatory. Environmentally friendly cleaning solutions and water waste minimization are required. Contractor staff must complete specific VA training (TMS #20939) and comply with NARA records management.
Clarifications from Amendments:
- Interior window washing is limited to common/public areas only, excluding offices and exam rooms.
- The awning in front of the ACC at the Omaha VA is not included.
- Windows on the 6th floor and lower at the Omaha VA hospital, impacted by cooling tower construction, should not be included in quotes for that area.
- Use of temporary roof clips for platform access is acceptable, provided the contractor assumes all risk and liability, follows safety guidelines, and corrects any damage.
Contract Details
- Type: Firm-Fixed-Price.
- Period of Performance: Base year from June 1, 2026, to May 31, 2027, with four one-year option periods.
- Estimated Value: Up to $22 Million (ceiling).
- NAICS Code: 561720 (Custodial Janitorial Services), with a size standard of $22 million.
Eligibility & Submission
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in SAM and meet SBA requirements for SDVOSBs. VAAR 852.219-75, regarding limitations on subcontracting (50% for services), applies.
- Proposals Due: May 1, 2026, at 10:00 AM Central.
- Submission Method: Electronically via email to james.miller4@va.gov and curt.larose@va.gov.
- Format: Quotes must be readable in Microsoft Office 2007 or later (Word, Excel) or PDF (300 dpi scan).
- Proposal Structure: Volume 1 for pricing, Volume 2 for all other required documents. Volume 2 can be split across multiple emails if necessary.
- Mandatory Site Visits: Additional site visits were scheduled for Omaha VA on April 21, 2026, at 3:00 PM Central and Grand Island VA on April 22, 2026, at 3:00 PM Central. Attendance is mandatory to be considered responsive.
Evaluation
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on evaluation factors including Technical, Past Performance, and Price.
Important Notes
- Wage Determinations 2015-5005 and 2015-5771 apply.
- Offerors must sign and return Section C4 VAAR 852.219-75.
- PIV badge issuance is required for personnel accessing facilities; contractors must account for lead times.
- All questions were due by April 9, 2026; answers have been provided via Amendment 0003.
- Offerors are reminded to acknowledge all amendments.