S201--Janitorial Fisher House 1 and 2
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 Contract Office 8, is soliciting proposals for Janitorial and Linen Laundry Services for Fisher House 1 and 2 at the James A. Haley VA Medical Center. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm Fixed-Price contract. The Request for Quote (RFQ) is due on March 26, 2026, at 11:59 P.M. EST.
Scope of Work
The contractor will provide comprehensive janitorial and linen laundry services, including cleaning various areas such as kitchens, living rooms, guest rooms, common bathrooms, and offices. Specific tasks involve sweeping, mopping, vacuuming, dusting, sanitizing restrooms, trash removal, window cleaning, carpet cleaning, and linen processing. The contractor is responsible for providing all necessary personnel, equipment, tools, materials, supervision, training, and transportation. Services must comply with industry standards, OSHA, EPA, and Joint Commission requirements, with an emphasis on "hotel" quality cleaning and linens. Contaminated laundry requires specific procedures and hypoallergenic detergent. Services are required 365 days a year (366 in leap years), with an average occupancy of 50% and over 70 room turnovers per month.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: April 1, 2026, to September 30, 2030, including a base year and four one-year option periods.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561210 (Facilities Support Services / Janitorial Services)
- Size Standard: $47.0 Million
Key Clarifications & Requirements
- Past Performance Questionnaires (PPQs): The government will accept previously completed PPQs for similar work, provided they are current and were submitted by March 24, 2026, 11:59 PM.
- Storage: Dedicated, secured storage rooms for contractor chemicals and equipment will be provided in both Fisher Houses.
- Supplies: The VA will provide certain cleaning supplies (e.g., dish soap, Mr. Clean, Clorox wipes). The contractor must provide vacuums, mops, brooms, paper products (toilet paper, paper towels, tissues, napkins), and heavy equipment like floor scrubbers.
- Background Checks: A Tier 1 (NACI) background investigation is required. Employees may begin services on an interim basis after a favorable Special Agreement Check (SAC) fingerprint result. Fingerprints are required within the first week.
- Immunizations: Standard healthcare-related vaccines (Hepatitis B, MMR, Varicella, Tdap), annual influenza vaccines, and COVID-19 vaccination/testing are not mandatory. TB screening is also not required.
- Joint Ventures (JVs): SDVOSB status for JVs will be verified by confirming the Managing Venturer's certification in the SBA database alongside the Joint Venture's active SAM.gov registration.
- Laundry Services: Bulk laundry is contracted by the contractor and handled off-site. Pressing is also handled by the contractor before delivery.
- Staffing: Four staff per day is standard, with generally two staff per house, adjustable based on turnover or house closures.
Submission & Evaluation
- Offer Due Date: March 26, 2026, at 11:59 P.M. EST. Late submissions will not be accepted.
- Submission Instructions: Offers must be submitted electronically via email. Bidders must review the posted Questions and Answers and sign under the Amendment No. and date on page 3 of 53 of the solicitation.
- Evaluation Factors: Technical Acceptability, Past Performance, and Price. Technical acceptability will assess the offeror's ability to perform, understanding of requirements, and proposed work plan. Past performance will be evaluated based on recent and relevant contract performance using a questionnaire. Price will be reviewed for reasonableness.
Contact Information
For questions, contact Keila President, Contract Specialist, at keila.president@va.gov.