S201--Window Washing - NWI (VA-26-00026909)
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) is soliciting quotes for Window Washing Services for the VA Nebraska Western Iowa (NWI) VA Health Care System at the Omaha and Grand Island VAMCs. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Mandatory site visits are scheduled for April 6, 2026, and quotes are due by April 17, 2026.
Scope of Work
This requirement covers comprehensive interior and exterior window cleaning services. Key deliverables include providing all personnel, equipment, supplies, and supervision to ensure windows are free from dirt, streaks, and stains. The contractor must replace broken glass within 24 hours at no cost to the government. Strict safety requirements, including fall protection and OSHA standards, must be adhered to. Environmentally friendly cleaning solutions and water waste minimization are required. Contractor staff must complete specific VA training (TMS #20939) and comply with National Archives and Records Administration (NARA) records management language.
Contract Details
- Type: Firm-Fixed-Price.
- Period of Performance: A base year (May 1, 2026 – April 30, 2027) plus four option years.
- Estimated Value: $22 Million (noted as an estimate or ceiling).
- Place of Performance: Department of Veterans Affairs Nebraska Western Iowa Healthcare System, Omaha, NE 68105, and Grand Island VAMC.
- NAICS Code: 561720 (Building Cleaning Services) with a $22 million size standard.
Submission & Evaluation
Quotes must be submitted electronically via email to james.miller4@va.gov and curt.larose@va.gov by 10:00 am CST on April 17, 2026. Quotes must be readable in Microsoft Office 2007 or later or PDF. Mandatory site visits are scheduled for Monday, April 6, 2026:
- Omaha: 10:00 am to 11:00 am CDT.
- Grand Island: 3:30 pm to 4:30 pm CDT. Offerors must attend these site visits to be considered responsive. All questions must be submitted by 10:00 am CST on April 9, 2026. Evaluation factors include Technical, Past Performance, and Price. Award will be made to the responsible offeror whose offer is most advantageous to the Government.
Eligibility / Set-Aside
This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered and current in SAM and meet SBA requirements for SDVOSBs. VAAR 852.219-75 Notice of Limitations on Subcontracting applies, requiring at least 50% of the cost of services to be performed by the SDVOSB concern.
Additional 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, and contractors must account for lead times.