Opportunity

SAM #36C78626Q50145

Janitorial Services Solicitation for Fort Logan National Cemetery, Denver, CO

Buyer

VA NCA

Posted

April 08, 2026

Respond By

April 30, 2026

Identifier

36C78626Q50145

NAICS

561720

This opportunity involves janitorial services procurement for Fort Logan National Cemetery in Denver, Colorado, managed by the Department of Veterans Affairs, National Cemetery Administration. - Government Buyer: - Department of Veterans Affairs, National Cemetery Administration - Contracting office located at 18434 Joplin Road, Triangle, VA 22172 - Scope of Services: - Comprehensive janitorial services for approximately 6,361 sq ft across four buildings: Administration, Maintenance, Public Information Center, and Committal Shelters - Routine cleaning, restroom and locker room maintenance, periodic deep cleaning (including hard floors, carpets, air registers, light fixtures, windows, committal shelter doors, blinds, and window screens) - Trash and recyclables removal, dusting, disinfecting, and use of green cleaning products and processes - Contractor must replace any damaged headstones or markers and restore turf damage - Personnel must exercise special care and respect for cemetery grounds, headstones, and remains - Unique Requirements: - Strict adherence to performance standards and quality control - Compliance with SDVOSB (Service-Disabled Veteran Owned Small Business) set-aside, limitations on subcontracting, and SDVOSB certification - Contractor must manage personnel, demonstrate technical approach, and provide past performance information - Contract Structure and Value: - Single Indefinite Delivery, Indefinite Quantity (IDIQ) contract - Base year plus four option years (up to 5 years total) - Guaranteed minimum of $5,000 and maximum aggregate value of $250,000 - No specific OEMs or vendors are named, as this is a service contract - Place of Performance: - Fort Logan National Cemetery, 4400 Kenyon Ave, Denver, CO 80236

Description

GENERAL INFORMATION: Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78626Q50145 Post Date: 04/08/2026 Original Response Date: 04/30/2026 15:00 pm EST Applicable NAICS: 561720 - Janitorial Services Classification Code: S201 - Housekeeping Custodial Janitorial Set Aside Type: 100% Set Aside Service-Disabled Veteran Owned Small Business Period of Performance: Base: 1 August 2026 - 31 July 2027 Option 1: 1 August 2027 - 31 July 2028 Option 2: 1 August 2028 - 31 July 2029 Option 3: 1 August 2029 – 31 July 2030 Option 4: 1 August 2030 – 31 July 2031 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performances: Fort Logan National Cemetery 4400 Kenyon Ave Denver, CO 80236 Attachments: Attachment A – Performance Work Statement Fort Logan Janitorial Attachment B – U.S. Department of Labor Wage Determination # 2015-5419 Attachment C – Price Schedule Ft Logan Janitorial 36C78626Q50145 Overview: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78626Q50145. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2026-01 (eff. 03/13/2026). NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: The NAICS code for this procurement is 561720. The business size standard number of employees is $22 Million. This notice shall not be construed as a commitment by the government to ultimately award a contract, nor does it restrict the government to a particular acquisition approach. The U.S. Department of Veteran Affairs, National Cemetery Administration, anticipates the award of a single award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with a base year period plus four option years, if exercised for janitorial services. DIGNITY CLAUSE: Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by offeror personnel at a national cemetery must be performed with special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans, and their families made for our Nation. Critically important is the awareness required of the offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit, or jump on headstones or markers. Nor can they drive over them. No tools, equipment, or other items will be placed or leaned on headstones or markers. Use care not to scratch or damage markers in any manner. The offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damage during performance of this work. Additionally, should any activity result in exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The offeror is required to discuss the guidance with employees and/or subcontractors before work may begin. The contractor site supervisor will ensure that no contractor personnel work will cause any funeral, ceremony, procession, or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The site supervisor shall communicate daily with the COR, to ask questions and ensure he/she and contracted personnel understand the off-limit areas. SITE VISIT: Interested offerors are encouraged to attend a site visit on April 22nd and 23rd, 2026, at 10:00 am MST. Meet the government team at Fort Logan National Cemetery, 4400 W. Kenyon Ave, Denver, CO 80236, Public Information Center beyond the main gate (visitor entrance). SOLICITATION QUESTIONS: All questions regarding this solicitation are to be submitted to the contracting officer via email, no later than April 24, 2026, at 4:00pm EST. No questions will be answered after this time. Questions shall be sent by email to: brian.werner2@va.gov. Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. Should an amendment not be endorsed by the interested offeror, the quote will be considered ineligible for award. RESPONSE TO RFQ: Quotes are due to the contracting officer no later than April 30, 2026, 15:00pm EST. Responses to this announcement will result in a definitive contract, base year plus four (4) option years if exercised. The government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the government. Offerors are responsible for obtaining all amendments or additional information concerning this announcement at sam.gov. INSTRUCTIONS TO OFFERORS: All prospective offerors MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered ineligible. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. IMPORTANT: IT IS THE RESPONSIBILITY OF THE OFFEROR TO SUBMIT THEIR BEST OFFER AT THE TIME QUOTES ARE DUE. The guaranteed minimum amount for the life of the contract is $5,000. The maximum aggregate value of the contract, inclusive of the five one-year ordering periods, shall not exceed $250,000. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a proposal is unacceptable if the option prices are significantly unbalanced or if the proposed price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not oblige the Government to exercise the option(s). Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with the SBA Veteran Small Business Certification (Vet Cert) https://veterans.certify.sba.gov. Failure to comply will result in the offeror being ineligible for this award. IMPORTANT: IT’S THE RESPONSIBILITY OF THE PROSPECTIVE VENDORS TO READ AND UNDERSTAND THE TERMS AND CONDITIONS PRIOR TO SUBMITTING A QUOTE. ANY DEVIATION FROM ACCEPTING THE TERMS AND CONDITIONS SHALL MAKE YOUR QUOTE INELIGIBLE. QUOTATION PREPARATION INSTRUCTIONS: Contractors are strongly encouraged to follow the following format to submit their package. Offerors shall submit quotes in three (3) separate documents for each volume listed below. Volume A - Administrative Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No P.O. Boxes) SAM UEI Company Point of Contact Name and Title Telephone Number Email Address Company Capabilities Statement One (1) Copy Completed Subcontractor Participation Document. Failure to comply may result in the offeror being ineligible for this award. If you are not using sub-contractors and will self-perform, you are required to state that within the subcontractor participation document you will be self-performing. One (1) Signed Copy of all Solicitation Amendments. Failure to comply will result in the offeror being ineligible for this award. Volume B - Technical Proposal The following shall be included as part of the offeror’s technical submission, Volume B: Factor 1: Technical Approach and Understanding of the Work: Proposal shall be evaluated in accordance with the criteria contained in the Performance Work Statement (PWS) and on how well the technical approach meets the Government requirements. The proposal shall be more than restating the PWS. Technical approach will be evaluated for the following: Contractor-provided statements and/or literature that clearly explains their experience, approach, and/or abilities to perform the tasks described in the Performance Work Statement (PWS). Resume for On-site Supervisor(s) demonstrating a minimum of three (3) years’ experience as a direct supervisor of janitorial services. Factor 2: Past Performances: Past performance shall be evaluated based on the Contractor’s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods: The Contracting Officer’s knowledge of previous experience with the service being acquired. Contractor’s past performance descriptions of a minimum of 3 recent (within the last 5 years) projects of similar size and scope. The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov Any other reasonable basis. Volume C - Pricing The following information shall be included in Volume C: Proposed pricing shall be submitted on the included Price Schedule in Excel format (Attachment C – Price Schedule Ft Logan Janitorial 36C78626Q50145) Solicitation Provisions and Contract Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (AUG 2025) Addendum to FAR 52.212-4 Clauses incorporate by reference in numeric order starting with FAR and followed by VAAR. The following clauses apply to this acquisition: 52.252-2 Clauses Incorporated by References (FEB 1998). The full text of FAR/VAAR clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far http://www.va.gov/oal/library/vaar/ FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal [AG17][BW18] Transactions. (SEP 2024) FAR 52.203-17 Contractor Employee Whistleblower Rights. (NOV 2023) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) FAR 52.217-5 Evaluation of Options (JULY 1990) (DEVIATION NOV 2025) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) FAR 52.217-6 Option for Increased Quantity (MAR 1989) FAR 52.219-9 Small Business Subcontracting Plan. (JAN 2025) (DEVIATION NOV 2025) FAR 52.219-16 Liquidated Damages-Subcontracting Plan. (SEP 2021) (DEVIATION NOV 2025) FAR 52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (JAN 2025) FAR 52.222-35 Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-37 Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) FAR 52.222-41 Service Contract Labor Standards. (AUG 2018) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018) FAR 52.222-50 Combating Trafficking in Persons. (NOV 2021) FAR 52.222-54 Employment Eligibility Verification. (JAN 2025) (DEVIATION NOV 2025) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706. (JAN 2022) FAR 52.223-2 Reporting Biobased Products Under Service and Construction Contracts (May 2024) Deviations: Feb 2025 FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2024) FAR 52.223-10 Waste Reduction Program (May 2024) (Deviation Feb 2025) FAR 52.223-23 Sustainable Products and Services (May 2024) (Deviation Feb 2025) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) FAR 52.225-1 Buy American-Supplies (OCT 2022) FAR 52.225-2 Buy American Certificate. (OCT 2022) FAR 52.228-5 Insurance – Work on a Government Installation (Jan 1997) FAR 52.229-3 Federal, State, and Local Taxes (FEB 2013) FAR 52.233-2 Service of Protest (SEP 2006) (DEVIATION NOV 2025) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-33, Payment by Electronic Funds Transfer – System for Award Management (OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) FAR 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91 Security Prohibitions and Exclusions. (DEVIATION NOV 2025) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3 Continuity of Services (Jan 1991) FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-4 Additional Clauses: 52.216-18 Ordering (Aug 2020) Scope: Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the designated individuals or activities from 08/1/2026 through 07/31/2031. Order issuance: Orders are considered

View original listing