Skip to content
Department of Veterans Affairs

S201--Janitorial Service Base Plus 4 Option Years SDVOSB Set Aside

Solicitation: 36C25926Q0110
Notice ID: 8074a610ee61424a8353cfe7fc74d0b2
TypeCombined Synopsis SolicitationNAICS 561720PSCS201Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateCOPostedFeb 23, 2026, 12:00 AM UTCDueFeb 27, 2026, 11:00 PM UTCCloses in 5 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CO. Response deadline: Feb 27, 2026. Industry: NAICS 561720 • PSC S201.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,323,511
Sector total $923,442,674 • Share 0.8%
Live
Median
$110,352
P10–P90
$73,636$1,079,427
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,323,511)
Deal sizing
$110,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Department of Veteran Affairs Eastern Colorado Healthcare System, Multiple Locations 1700 N. Wheeling Street • Aurora, CO • 80045 United States
State: CO
Contracting office
Greenwood Village, CO • 80111 USA

Point of Contact

Name
Natasha Holland
Email
natasha.holland@va.gov
Phone
303.712.5753

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 19 (36C259)
Office
Not available
Contracting Office Address
Greenwood Village, CO
80111 USA

More in NAICS 561720

Description

The purpose of Amend 0003 is to clarify questions, clarify the RFO 52.212-1 Instructions to Offerors and clarify the Performance Work Statement (PWS) from Amendment 0002. Offerors must submit acknowledgement of all amendments Quoter shall acknowledge all posted follow-on amendments and their attachments as part of their quote submission as necessary in the table below. It is the responsibility of the quoting company to review all amendments, their attachments and update all quotes as necessary. Failure to knowledge all amendments may result in quote being determined to be non-compliant. ACKNOWLEDGMENT OF AMENDMENTS: The quoter acknowledges receipt of amendments to the Solicitation numbered 36C25926Q0110 and dated as follows: AMENDMENT NO DATE (To be completed by quoter as necessary) 0001 1/22/2026 0002 2/18/2026 0003 2/24/2026 ____________________________________ Signature of Quoter Quote deadline remains unchanged. Clarifications are listed below: Question: Conflict Regarding Cleaning Height, Section 18.1.(e) specifies the Contractor is responsible for interior windows 12 feet and below, while the Objective/Scope section states cleaning glass up to 8 feet. Could the Government clarify the required maximum height for glass and window cleaning? Clarification: Updated SOW 02.23.26 posted. It is 12 feet or below. Question: There is a discrepancy between the Government s response in Q&A #7 and the building-specific breakdown provided in the Revised PWS. Q&A #7 states there is a total of 627,000 cleanable sq. ft. The Revised PWS breakdown totals 581,002 cleanable sq. ft. (545,000 for RMRVAMC + 10,606 for Fisher House + 25,397 for Valor Point). Could the Government please clarify which figure is correct? If the 627,000 sq. ft. figure is accurate, please identify the remaining 45,998 sq. ft. of cleanable space and the specific building(s) or areas where this work is located. Clarification: The remaining square footage is in the Fisher House, with the second floor recently added. See updated PWS. Question: As the SDVOSB prime contractor, are we permitted to subcontract the performance of this requirement? If so, are there any limitations or percentage requirements we must adhere to under this set-aside? Clarification: Please refer to the limitations on subcontracts FAR 19 and VAAR 852.219-75 and the Ostensible Rule for subcontractors. Question: RFO 52.212-1 Instructions to Offeror Quoter shall provide the required certificate from the PRIME contractor and is requested as follows: International Executive Housekeeper Association (IHEA) and Certified Executive Housekeeper (CEH) for supervision (see PWS Section 8.1 page 18) or equivalent. The prime contractor program manager must have the requested certification or national equivalent as long as its nationally accredited. Could you clarify if the certificates are required from the prime contractor or our subcontractor to be provided in our proposal? Clarification: Please refer to the Limitations on Subcontracts RFO Part 19, VAAR 852.219-75 and the Ostensible Rule for subcontractors. See updated RFO 52.212-1 Instructions to Offerors dated 02.23.26 and PWS dated 02.23.2026 Section 8.1. The Prime cannot pay more than 50% of the contract value for subcontractors that are not similarly situated and must not be unduly reliant upon a subcontractor that is not similarly situated. See 13 C.F.R 125.1. for more definitions.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.