S201--DEEP KITCHEN CLEANING - JAHVAMC
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Apr 08, 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
Sources Sought Notice Only. This is not a request for bids, quotes, or proposals. The purpose of this notice is to conduct market research and obtain information from qualified potential offerors. No formal solicitation document exists at this time. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to these sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The James A. Haley VA Medical Center, located at 13000 Bruce B. Downs Blvd., Tampa, Florida 33612. Being sought are Service Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses and Small Businesses capable of providing specialized industrial patient kitchen deep cleaning to occur on a bi-monthly (every other month, six times per year) basis. This service is needed for Nutrition and Food Services (NFS) kitchen spaces, NFS Mental Health building kitchen and dining room space at 8451 Temple Terrace Hwy. Temple Terrace, FL 33637. Total approximate square footage at the Main Campus is 19,006 and approximate square footage at the Mental Health building is 2,978. The main campus is comprised of the following areas: Main Kitchen, American Hero s café, New Bed Tower Kitchen, Former Canteen Kitchen (which will replace main kitchen space during construction), VCS Cafeteria, kitchen, Cuban Café shop, and a Starbucks. The Mental Health building is comprised of a kitchen and dining room. Contractor shall have knowledge of and ability to perform these services in a full-service kitchen setting. All labor, supplies, and equipment shall be furnished by the contractor during contract performance. This is a Performance-based work statement (PWS). The requirements are stated in terms of desired results with associated quality standards. The work shall include all activities necessary to provide a safe, efficient, cost-effective, deep cleaning service for all Hospital Commercial Kitchen Equipment on a bi-monthly (every other month, six times per year) basis for the Veterans Canteen Service (VCS) and Nutrition and Food Service (NFS) kitchens, as outlined specifically below, as well as the hoods (where applicable), floors and walls of these kitchens at the James A. Haley Veterans Hospital (JAHVH) and the NFS Mental Health Building. All services shall be performed by a qualified Contractor and in accordance with the State of Florida, Florida Department of Agriculture and Consumer Services (FDACS) guidelines and the National Fire Protection Association (NFPA) code NFPA-96 Cleaning Guidelines, as well as other associated regulations applicable to commercial kitchen cleaning. The deep cleaning services shall be completed in a timely manner and in accordance with state, local, federal, and VA standards as listed in the Statement of Work. The Contractor shall furnish all labor, supervision, tools, materials, equipment, and transportation necessary to provide deep cleaning services in accordance with contract requirements. The main kitchen is expected to undergo renovation during the contract period. During this time, the contractor shall be willing to change the cleaning location from the main hospital kitchen to the temporary kitchen space which will be in the former Canteen Kitchen area to maintain deep cleaning services. During this time, cleaning shall be maintained to the same standards as all other kitchen spaces specified in this contract. OBJECTIVE: The objective is to optimize facility cleanliness and safety in support of JAHVH s mission of providing quality healthcare in a safe, hygienic, and aesthetically pleasing medical facility. The Contractor shall provide deep cleaning services that prioritize removal of all dirt, debris, mildew, stains, marks, scuffs and other foreign material on all commercial kitchen equipment while also enhancing infection control by disinfecting all surfaces after initial deep cleaning. This includes sweeping, mopping, stripping, waxing, burnishing, steam cleaning, high/low dusting, washing walls, cleaning grout, cleaning sinks, and removal of trash and general housekeeping and deep cleaning duties in a healthcare setting, as outlined in 11.1 Quality Control Monitoring. All storage areas in the kitchen(s) are included in this contract. Hours of Operation: The bi-monthly (every other month, six times per year) deep cleaning shall be performed outside of the normal operating hours: BI-MONTHLY DEEP CLEANING FOR: Two (2) Coffee Shops: 3:00 pm 7:00 pm Mon-Sun, VCS Café/Kitchen: 4:00 pm 5:00 am Mon-Sun; NFS Main Kitchen: 8:00 pm 4:30 am Mon-Sun; NFS American Hero s Café: 8:00 pm 4:30 am Mon-Sun; NFS NBT Kitchen: 8:00 pm 4:30 am Mon-Sun; NFS Mental Health Building Kitchen and Dining Room: 8:00 pm-5:00 am Mon-Sun. Not scheduled during federal holidays. The applicable NAICS for this service is 561720 Janitorial Services, Size Standard: $22 Million. To be considered for this requirement, vendors must be registered in the System for Award Management (SAM - https://www.sam.gov) and SBA certified. Any vendor interested in this requirement should include the following information: Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) Capability Statement (brief background of capabilities, resources, experience, etc) Contact information (POC name, email, and phone) All responses shall be submitted in the form of email to Keila President keila.president@va.gov.
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.