S201--Notice to Intent to Sole Source Award
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 19, 2026. Industry: NAICS 561210 • PSC S201.
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 561210
Description
This is an intent to sole source notice for commercial items prepared in accordance with FAR Subpart 5.2, Synopses of Proposed Contract Actions. This announcement constitutes the only notice of intent to sole source and synopsis of the proposed action. Based on Government needs, to include preventing a significant break in service and the allowance of time for the restructuring of staff and requirements, the Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 21 intends to negotiate/award a short-term sole-source contract to HUGHES GROUP LLC for a period of 4/1/2026 9/30/2026. At the conclusion of this period, it is anticipated that this requirement will be solicited on a full and open competitive basis. The statutory authority for this non-competitive acquisition is for a new firm-fixed price contract sole source using statute 41 USC §3304(a)(5), 38 U.S. Code § 8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute) for services. The North American Industrial Classification System (NAICS) code for this procurement is 561210, with a small business size standard of $47 Million, and the FSC/PSC is S201. The Department of Veterans Affairs intends to solicit and award an Open Market Sole Source Firm Fixed award to provide janitorial services. The continued performance of janitorial services is vital to ensuring critical daily operations at the Medical Facility are fully functional and supporting the care of Veteran Patients in a timely manner. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. A SOLICITATION WILL NOT BE POSTED. Interested persons may identify their interest and capability to respond to the requirement by 12:00 AM PST on 19 March 2025 via email to parmpreet.pannu@va.gov. RFQ number 36C26126Q0502 has been assigned and should be referenced on all correspondence regarding this announcement. All responses received by the closing date specified herein will be considered by the Government, any response to this notice must show clear and convincing evidence that the responding company can provide the same services by the required date. However, a determination by the Government to not compete is solely within the discretion of the Government. Capability Statement Please answer the following questions when responding: What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) Provide DUNS and/or CAGE Code. Ability and experience in managing this same requirement. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. List of Projects (Government and Commercial) that are similar in scope and size. Anticipated Teaming Arrangements (if any). If plan on subcontracting, demonstrate that you will meet the limitations on subcontracting per FAR 52.219-14 for Small Businesses; VAAR 852.219-74 for SDVOSB/VOSB. GSA Contract Number, if applicable. *Failure to provide the information requested above (items 1-6) will be considered non-responsive and will not be considered a viable source. Notes: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ VOSB or SDVOSB firms must be VetCert certified by the SBA https://veterans.certify.sba.gov/. RFQ number 36C26126Q0502 has been assigned and should be referenced on all correspondence regarding this announcement.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.