SOLICITATION NOTICE
S -- Data Room Cleaning located at the Wilkes Barre PA VAMC
- Notice Date
- 12/23/2025 10:01:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24426Q0167
- Response Due
- 1/7/2026 1:00:00 PM
- Archive Date
- 01/22/2026
- Point of Contact
- Richard Taylor, Phone: n/a, Fax: n/a, Shea Matthews, Phone: N/a, Fax: N/a
- E-Mail Address
-
Richard.taylor56@va.gov, shea.matthews@va.gov
(Richard.taylor56@va.gov, shea.matthews@va.gov)
- Small Business Set-Aside
- VSA Veteran Set Aside
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation document will not be issued. This solicitation is issued as a Request for Quote 36C24426Q0167 (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set-aside for Veteran Owned Small Business (VOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB) vendors are encouraged to provide offers. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $22 Million. The FSC/PSC is S201. The Department of Veterans Affairs is seeking a firm fixed-price service contract for this Performance Work Statement (PWS Att1) which outlines the requirements and performance standards for the quarterly cleaning of the 1500 square foot Data Room located at the Wilkes Barre VAMC, 1111 East End Boulevard Wilkes Barre, PA 18711. Regular and thorough cleaning of this data room is essential to maintain an optimal operating environment, prevent dust accumulation, and avoid potential contamination that could impact the integrity and functionality of the equipment. Wilke-Barre PA VA Medical Centers for one (1) base year from date of award, with the provision of four (4) option years. Period of Performance is anticipated to start on or about February 23, 2026. All interested companies shall provide quotation not later than Wednesday, January 7th, 2026 at 4:00 PM Eastern Time via the attached 36C24426Q0167 Pricing sheet, attachment 3, excel file, updating only the unit-price column (highlighted). See additional documentation required with quote at bottom of this document. See attached Performance Work Statement (PWS), attachment 1, for detailed description of the requirement. Place of Performance/Place of Delivery: 1500 square foot Data Room located at the Wilkes Barre VAMC, 1111 East End Boulevard Wilkes Barre, PA 18711. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-12#FAR_12_205 SEE THE CLAUSES ATTACHMENT WHICH INCLUDES A FORM TO COMPLETE AND SIGN. The attached, attachment 2, solicitation provisions and clauses in the Clauses Attachment apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 12.202(b), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. Responses to this solicitation shall contain sufficient information to conduct a comparative evaluation of the following factors: Technical: The quotation will be evaluated to the extent in which it can meet or exceed the Government�s requirements outlined in the Performance Work Statement (PWS). Past performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter�s record of past performance. The past performance evaluation may be based on the contracting officer�s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. No relevant past performance shall be rated as neutral past performance. Price: The Government will evaluate the price by adding the total of all line-item pricing (see attached pricing worksheet). The total evaluated price will be that sum. Limitations on Subcontracting Certification: Shall be signed. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the base requirement. FAR 52.219-1, Small Business Program Representations FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.217-9, Option to Extend the Term of the Contract 852.219-74 VA Notice of Total Set-Aside for Verified Veteran-Owned Small Businesses 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (See attached in full text to fill out and complete). All quoters shall submit the following with their quote response: Capability Statement demonstrating technical capability to meet all the requirements of the PWS and this solicitation, Completed 36C24426Q0167 Pricing Worksheet, Technician documentation, including but not limited to, relevant safety, PPE, and chemical safety trainings, industry certifications, and VA Notice of Limitations on Subcontracting Certificate of Compliance for Services. See attachments. Limitations on Subcontracting Certification Signed Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, Technical Capability, Past Performance, and Limitations on Subcontracting. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Wednesday, January 7th, 2026, to Richard.taylor56@va.gov., by 4:00pm Eastern Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below not later than December 29, 2025 by 3:00 PM Eastern time. No phone calls will be answered. Point of Contact Richard Taylor, Contract Support Specialist, Richard.taylor56@va.gov. Alternate POC is Shea Matthews, Contracting Officer, shea.matthews@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2d389b5ea1dd41d3beaee006bdcba6c8/view)
- Place of Performance
- Address: Wilkes Barre, PA 18711, USA
- Zip Code: 18711
- Country: USA
- Zip Code: 18711
- Record
- SN07673661-F 20251225/251223230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |