THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT
1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged. SOURCES SOUGHT DESCRIPTION: Janitorial Services at Riverside National Cemetery, Riverside, CA.
3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561720-Janitorial Services. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After reviewing the responses to the sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
4. The National Cemetery Administration (NCA), Veterans Affairs (VA), Pacific District Contracting Office, is seeking sources that can provide the following: The contractor shall provide all labor, supervision, equipment, tools, materials, and supplies necessary to perform complete janitorial services at Riverside National Cemetery. Services include, but are not limited to, cleaning and sanitizing restrooms, offices, conference rooms, visitor centers, and other designated facilities; sweeping, mopping, vacuuming, dusting, and trash removal; replenishing restroom and breakroom supplies; cleaning glass surfaces; and ensuring all work areas are maintained to the standards set forth by the National Cemetery Administration (NCA). Work shall be performed in accordance with applicable federal, state, and local health and safety regulations, and shall be scheduled in a manner that does not interfere with funeral services, memorial ceremonies, or public visitation. The Contractor shall be responsible for safeguarding Government property and ensuring the respectful appearance of all serviced areas at all times.
The Government intends to award a firm-fixed-price contract for a base year and four option periods. The anticipated Contract start date is 1 April 2026.
5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the requirement. If you are interested and are capable of providing the sought-out materials, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation.
Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
a. Please provide your UEI number.
b. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)?
c. Is your company considered small under the NAICS code identified under this RFI?
d. If you are identified as a SDVOSB/VOSB or Small Business, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses.
f. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirements listed above? If so, please provide the contract number(s).
g. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet all requirements described above.
h. Review attached Performance Work Statement and provide any input such as industry standards.
6. Responses to this notice shall be submitted via email to Roberto.escobedo@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, January 28th, 2026, at 1500 PST.
If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation