Fort Sill Custodial
ID: W9124L-25-R-A006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT SILLFORT SILL, OK, 73503-0501, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army Garrison Fort Sill, is seeking proposals for a non-personal services contract to provide comprehensive custodial services at Fort Sill, Oklahoma. The contract requires the contractor to supply all necessary personnel, equipment, and supervision to maintain approximately 150 government facilities, adhering to specified performance standards and federal regulations. This procurement is particularly significant as it supports the operational readiness and cleanliness of military facilities, ensuring a safe and healthy environment for personnel. The estimated total award amount is $22 million, with proposals due by August 19, 2025. Interested parties can contact Sarah Slaybaugh at sarah.n.slaybaugh.civ@army.mil or Austin Turner at austin.b.turner10.civ@army.mil for further information.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the non-personal custodial services required for U.S. Army Garrison Fort Sill, OK. The Contractor must provide all personnel, equipment, supplies, and supervision to maintain approximately 150 government facilities. Services include scheduled and special event cleaning, with specific tasks for hard floors, carpets, restrooms, and specialized areas like Child, Youth and School Services (CYSS) centers and fitness centers. The PWS details government and contractor responsibilities, including security requirements, key control, accident reporting, and environmental compliance. Contractors must adhere to strict security protocols, complete various training programs (Anti-Terrorism Level I, iWATCH, OPSEC, TARP), and comply with all applicable federal, state, and local laws. Key personnel, including a Project Manager and Quality Control Manager, are required. The contract is a Firm Fixed Price (FFP) type with some "As Required" clauses, emphasizing a high standard of cleanliness and adherence to safety and environmental regulations.
    This document outlines a Performance Work Statement (PWS) for non-personal custodial services at the U.S. Army Garrison Fort Sill, Oklahoma. The contract requires the chosen contractor to provide all necessary personnel, equipment, supplies, and supervision to perform custodial tasks across approximately 150 government facilities, adhering to specified performance standards, federal, state, and local laws. Key areas include general cleaning, special event cleaning, and specific requirements for Child, Youth, and School Services (CYSS) Centers, gymnasiums, libraries, and museums. The PWS details security requirements, including background checks, access procedures, and mandatory training in antiterrorism, iWATCH, OPSEC, and Threat Awareness and Reporting Program. It also covers contractor responsibilities such as U.S. residency for CONUS employees, hiring restrictions, professional conduct, key personnel (Project Manager, Quality Control Manager, Quality Control Inspectors), and the development of quality control and safety plans. The contractor is responsible for accident reporting, environmental compliance, and proper handling of hazardous materials, including asbestos awareness training. The document also provides a comprehensive list of definitions and acronyms relevant to the custodial services contract, and outlines government roles and responsibilities, particularly for the Contracting Officer (KO) and Contracting Officer's Representative (COR).
    The document, titled "W9124L25RA006 Post Custodial Recompete," outlines a Request for Proposal (RFP) related to post-custodial recompete services. It details various sections and their corresponding page numbers, indicating a comprehensive structure common in government solicitations. The file seems to cover a broad range of requirements and specifications, likely including administrative details, technical specifications, and general terms and conditions for potential bidders. Key sections appear to include performance work statements, data requirements, and various appendices, suggesting a detailed framework for the custodial services being sought. The consistent mention of "W9124L25RA006 Post Custodial Recompete" across multiple pages reinforces its identity as a federal government RFP for a specific service. The numerical codes and associated descriptions further break down the scope of work and related requirements.
    The document is a Wage Determination under the Service Contract Act for a custodial services contract at Fort Sill, Oklahoma. The contract, W6QM MICC-FT SILL, requires Pono Aina Management LLC to provide services including cleaning restrooms, removing trash, cleaning windows, vacuuming, mopping, dusting, and cleaning upholstered furniture. Employees working on this contract are covered by a Collective Bargaining Agreement (CBA) between Pono Aina Management LLC and the International Union of Operating Engineers, AFL-CIO Local 351, effective from October 1, 2024, to September 30, 2025. In accordance with the Service Contract Act, employees must be paid wage rates and fringe benefits as specified in this CBA and any modified extension agreements.
    This government file outlines pricing and square footage details for cleaning services across different levels of service (BLACK, RED, AMBER, GREEN) and reimbursable CLINs (Strip and Wax, Carpet Cleaning, One Time Special Cleaning, Biohazard Cleaning). The document includes a Base Year and four Option Years (ONE, TWO, THREE, FOUR) with specific Contract Line Item Numbers (CLINs) for administrative and latrine services within each service level. Offerors are instructed to provide their price per square foot in designated purple boxes and breakout pricing per CLIN for the Base Year and each Option Year. The document also includes sections for square footage per month and notes that certain information, such as annual salary and hourly rates, is for review and summary purposes only and will not be used in proposal evaluation. The overall purpose is to solicit pricing for comprehensive cleaning and related services, broken down by service level, type of cleaning, and contract year.
    This government file outlines a pricing and square footage breakdown for cleaning services across various levels of service (BLACK, RED, AMBER, GREEN) and reimbursable CLINs (Strip and Wax, Carpet Cleaning, One Time Special Cleaning, Biohazard Cleaning). It covers a Base Year and four Option Years, instructing offerors to input their price per square foot in designated areas. The document details CLINs for administration and latrine services within each service level, along with specific reimbursable cleaning tasks. It also provides estimated square footage for the Base Year and Option Years for different service levels, totaling 1,317,677 sq ft for BLACK (ADMIN), 82,472 sq ft for BLACK (LATRINE), 411,574 sq ft for RED (ADMIN), 24,728 sq ft for RED (LATRINE), 7,073 sq ft for AMBER (ADMIN), and 2,595 sq ft for AMBER (LATRINE). The file emphasizes that certain summary sections and total price pages are for review only and will not be used in proposal evaluation, particularly noting that the Green Level of Service will not produce output due to a lack of estimated square footage on the current contract. The document's purpose is to gather pricing information for cleaning services based on different service levels and square footage, along with associated reimbursable costs for a multi-year contract.
    This document is a Q&A session for the Fort Sill Post Custodial Services recompete solicitation (W9124L-25-R-A006). It addresses 75 contractor questions regarding various aspects of the Performance Work Statement (PWS) and Technical Exhibits. Key topics include the provision of site visit materials and attendee lists (Attachments 6), clarification on contractor responsibilities for hand sanitizer and walk-off mats, and the government's provision of storage space (Building 4700 basement, ~1,035 sqft) and loading dock access upon request. The document also clarifies pricing sheet details, including allowing four decimal places and correcting calculation errors for reimbursable CLINs. It specifies that personal vehicles are not authorized for custodial crews and that utilities are not available in the gravel parking lot, though water and electricity are provided in serviced buildings. The PWS sections on CIMS Certification, hours of operation (7:30 AM to 4:00 PM), facility access, and security requirements are clarified. Discrepancies in square footage calculations between Attachment 4 and Technical Exhibit C are addressed, emphasizing that offerors should base pricing on actual square footage cleaned per frequency. The document confirms that Child Development Centers, Youth Centers, and Fitness Centers are not part of this contract. It also states that the government will not furnish vehicles, and that key personnel resumes are required with the proposal and again post-award for informational purposes. The current Collective Bargaining Agreement (CBA) is effective through September 30, 2025, and future wage increases may lead to equitable adjustments. The government will not provide current employee lists or historical contract values. Finally, it confirms that all work, including floor care, is expected during normal duty hours, and clarifies the interpretation of
    The document outlines the agenda for a site visit at Fort Sill regarding custodial services, including important rules of engagement for potential offerors, such as the requirement for all communications to be written and questions to be submitted via email by a specified deadline. It emphasizes the importance of adhering to the Request for Proposals (RFP) guidelines and submission instructions, including presentation format and deadline for proposals. Additionally, the document includes sign-in sheets for both contractor attendees and government personnel involved in the meeting.
    The Performance Work Statement (PWS) outlines the requirements for providing custodial services at the U.S. Army Garrison Fort Sill, OK, set to commence on October 1, 2026. This non-personal services contract expects the contractor to maintain cleanliness in approximately 150 facilities covering roughly 94,000 acres, catering to a population of about 20,000 military and civilian personnel. Key objectives include adhering to performance standards, reporting tasks, and ensuring compliance with legal requirements. The scope encompasses scheduled and as-requested cleaning services without interference with the flow of traffic, while certain hazardous incidents such as mold or pandemic clean-ups are excluded. Essential provisions concerning security requirements, personnel identification, contractor responsibilities, and environmental compliance are highlighted. The contractor is tasked with developing a Quality Control Plan to maintain service standards and will be subject to stringent safety protocols including training in anti-terrorism and operational security. Overall, this document serves as a comprehensive guide for contractors interested in bidding for the custodial services contract, emphasizing the importance of quality, safety, and adherence to federal regulations in performing duties within a military environment.
    The document is a Request for Proposal (RFP) issued by the federal government for the Post Custodial Recompete project, specifically under the W9124L25RA006 identifier. The RFP outlines the requirements for custodial services aimed at maintaining federal facilities, emphasizing the necessity for competent providers capable of delivering consistent, quality services. Key components include specifications for cleaning processes, safety regulations, and compliance with local, state, and federal laws. The RFP stipulates criteria for evaluating proposals, including company experience, staffing qualifications, and environmental considerations. The overarching aim is to enhance facility hygiene and operational efficiency while ensuring adherence to regulatory standards. This contract opens opportunities for various vendors, highlighting competitiveness and innovation in service delivery, crucial for effective government facility management.
    The document outlines the Wage Determination under the Service Contract Act for custodial services at Fort Sill, Oklahoma. It specifies that the contractor, Pono Aina Management LLC, provides a range of cleaning services, including restroom maintenance, waste removal, and furniture cleaning as per the contract specifications. The wage rates and fringe benefits for workers employed in these services are determined by a Collective Bargaining Agreement (CBA) with the International Union of Operating Engineers (Local 351), effective from October 1, 2024, through September 30, 2025. This emphasizes compliance with labor regulations, particularly those pertaining to fair wages and benefits for service employees. The document serves to ensure that contract employees are compensated according to the agreed-upon labor standards, reinforcing the government's commitment to uphold fair labor practices in federal contracts.
    The document outlines a Request for Proposal (RFP) related to facility management services, focusing on various levels of service categorized by color (BLACK, RED, AMBER, GREEN). It specifies the Contractor Line Item Numbers (CLINs) for administrative and latrine services across multiple option years. The RFP includes required pricing structure, requesting potential offerors to fill in their price per square foot for administrative and latrine services under different levels of service for the base and option years. Additionally, it lists reimbursable CLINs for strip and wax, carpet cleaning, one-time special cleaning, and biohazard cleaning. The RFP emphasizes accurate breakout pricing for each CLIN, along with space for prospective contractors to provide their average monthly costs and salary information. It is explicitly noted that the right-hand table is for summary and review only, and the information will not be used for evaluating proposals, ensuring clarity in the bidding process while providing a structured format for submission by offerors. Overall, this RFP serves as a structured request for administrative and cleaning services for government facilities, detailing requirements and pricing expectations to ensure compliance and transparency in the procurement process.
    This government solicitation, W9124L25RA006, issued by W6QM MICC-FT SILL, seeks proposals from Women-Owned Small Businesses (WOSB) for comprehensive custodial services at the U.S. Army Garrison Fort Sill, OK. The Request for Proposal (RFP) has an issue date of July 10, 2025, and an offer due date of August 11, 2025, at 02:00 PM local time. The estimated total award amount is USD 22,000,000.00. The contract falls under NAICS code 561720 (Janitorial Services) and Product Service Code S201. The scope of work includes various levels of service (BLACK, RED, AMBER, GREEN) for administrative areas and latrines, along with one-time services such as strip and wax, carpet cleaning, special cleaning, and biohazard cleaning. The contract includes a base year (October 1, 2025 – September 30, 2026) and four option years, with inspection and acceptance at destination by W6CS DPW PROPERTY ACCT at Fort Sill.
    This government solicitation, W9124L25RA0060001, issued by W6QM MICC-FT SILL, outlines a non-personal services contract for comprehensive custodial services at the U.S. Army Garrison Fort Sill, OK. The Request for Proposal (RFP) is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a North American Industry Classification Standard (NAICS) code of 561720 and an estimated total award amount of $22,000,000.00. The solicitation includes initial and optional year requirements for various levels of custodial services (Black, Red, Amber, Green LOS for admin and latrine areas), as well as one-time services such as stripping and waxing, carpet cleaning, special cleaning, and biohazard cleaning. The contract specifies firm-fixed-price arrangements for all services. Inspection and acceptance of services will occur at the destination (Fort Sill, OK), with detailed instructions provided in the Performance Work Statement (PWS). The period of performance for the base year is from October 1, 2025, to September 30, 2026, with four additional option years extending through September 30, 2030.
    This government file, an amendment to solicitation W9124L25RA006, primarily extends the proposal due date for Post Custodial Services from August 11, 2025, to August 19, 2025. It also provides answers to contractor questions, updates Sections L (Instructions to Offerors) and M (Evaluation), and introduces new and revised attachments. Key changes include updated attachment identifiers and the addition/deletion of specific documents like the "Answers to Questions" and "Site Visit Slides." The amendment details proposal preparation instructions, requiring four volumes: Price Proposal, Staffing Plan, Administrative Documentation, and an optional Company Overview. Award will be based on the lowest-priced, responsible offer, with no technical scoring. It emphasizes electronic submission by the new deadline and outlines requirements for 8(a) eligibility and specific documentation. The evaluation process prioritizes price reasonableness and completeness of the staffing plan and administrative documents, which are reviewed for acceptability rather than comparative scoring.
    The document outlines a solicitation for custodial services at Fort Sill, Oklahoma, specifically intended for Women-Owned Small Businesses (WOSB). The contract, numbered W9124L25RA006, has an estimated total award amount of $22 million and encompasses a range of services including regular maintenance and specialized cleaning tasks like biohazard cleaning and carpet cleaning. The solicitation details the required items and services, provides a firm-fixed pricing structure, and specifies that submissions must comply with federal acquisition regulations. The performance period is set from October 1, 2025, to September 30, 2026, with options for additional years. Inspection and acceptance of services will take place at designated locations within Fort Sill. This initiative not only aims to ensure high standards of cleanliness and maintenance at military facilities but also supports procurement opportunities for women-owned enterprises, contributing to broader economic equity goals within government contracting. The document reinforces the government's commitment to inclusivity while fulfilling operational needs through robust service contracts.
    The document, "TE-C Facility Listing and Estimated Workload," outlines custodial service requirements for various facilities, effective October 1, 2025. It details four levels of service: BLACK, RED, AMBER, and GREEN, each with specific cleaning frequencies for administrative and latrine areas. BLACK level services, the most extensive, include buildings with significant administrative and latrine square footage requiring twice-monthly and once-weekly services, respectively. RED level facilities typically have smaller administrative areas with less frequent cleaning but more frequent latrine services. AMBER level sites, primarily museum-related, require thrice-weekly latrine services, while GREEN level has no specified workload. The document also lists additional services like strip & wax, carpet cleaning, and one-time special or biohazard cleaning, all performed as requested. The total administrative square footage across all levels is 1,317,677 sq ft, with 82,472 sq ft for latrines, indicating a large-scale custodial service contract. Some facilities are noted as "Reimbursed," suggesting different funding mechanisms. This file serves as a comprehensive guide for potential contractors on the scope of work for post-wide custodial services.
    Technical Exhibit A outlines the performance requirements for Post Wide Custodial Services, detailing seven key areas of responsibility. These include solid waste removal, cleaning of hard floors and carpets, latrine cleaning, stocking/restocking supplies, cleaning drinking fountains, and providing services for special events/VIP cleanings. For most services, the performance threshold is a 95% Acceptable Quality Level (AQL), determined by monthly random sampling and customer complaints. Performance across all areas will be evaluated and reflected in annual CPARS (Contractor Performance Assessment Reporting System). The document emphasizes adherence to specific standards outlined in TE-D and the Performance Work Statement (PWS) for each service.
    This document, "Technical Exhibit B (FY25-29) Deliverables," outlines the required deliverables for a Solid Waste Management Service contract. It details various reports, training certificates, and plans, specifying their frequency, delivery format (predominantly electronic via email in Microsoft Word or PDF), and recipients (Contracting Officer (KO) and/or Contracting Officer's Representative (COR)). Key deliverables include work schedules, logs, emergency protocols, various safety and awareness training certificates (AT Level 1, iWatch, OPSEC, TARP, Asbestos Awareness), key personnel information, phase-in/phase-out plans, quality control plans (QCP), and specific reports related to medical incidents, accidents, OSHA, environmental hazards, and cleaning services. The document emphasizes timely submission, often within a few days or hours of an event or contract milestone, and highlights the importance of immediate notification for critical incidents like emergencies, accidents, and hazardous discoveries.
    The document, "TE-C Facility Listing and Estimated Workload Post Wide Custodial Services," outlines the scope of custodial services required for various facilities, effective October 1, 2025. It details four levels of service: BLACK, RED, AMBER, and GREEN, each specifying the frequency of administrative area and latrine cleaning (e.g., Twice/Month, Once/Week, Three/Week, Daily). The file lists numerous buildings, their occupants, whether services are reimbursable, and the square footage for both administrative and latrine areas. Additionally, it includes on-request services such as Strip & Wax, Carpet Cleaning, One Time Special Cleaning, and One Time - Biohazard Cleaning. The document serves as a comprehensive listing for potential bidders on a federal government RFP for custodial services, indicating the workload and specific requirements for each facility.
    The document, "Enterprise-wide Custodial Services Performance Standards," outlines the performance standards for custodial services across various federal facilities, including Other CYSS Centers, Museums-Libraries, CDCs, PFC's, and other installation facilities. It details specific cleaning tasks, their required frequencies, and the corresponding PWS Section References and CAT Codes for different facility types. The standards categorize frequencies using a color-coded system (GREEN, AMBER, RED, BLACK) and a legend defining daily, weekly, monthly, quarterly, and yearly intervals for tasks such as general cleaning, waste removal, restroom sanitation, floor care (sweeping, mopping, buffing, stripping), dusting, glass cleaning, and specialized cleaning in food service areas, showers, and saunas. The document serves as a guide for ensuring consistent and thorough custodial maintenance in federal government RFPs, federal grants, and state and local RFPs for custodial services.
    The provided document appears to be a highly detailed map or directory of a government facility, likely Fort Sill, given the recurring mentions of
    The U.S. Army Fires Center of Excellence and Fort Sill's Hazardous Material/Hazardous Waste Management Plan outlines policies and procedures for managing hazardous materials and waste, ensuring compliance with federal, state, and military regulations. The plan details responsibilities for various departments, including the Environmental Quality Division (EQD), Medical Department Activity (MEDDAC), Public Affairs Office (PAO), Safety Office, and Logistics Readiness Center (LRC). Key aspects include managing hazardous materials through identification, SDS cataloging, compatibility determination, shelf-life maintenance, and proper storage. It also covers waste management, including categories, accumulation points, and turn-in procedures. The document emphasizes training, inspections, recordkeeping, and spill response protocols to minimize hazards and prevent pollution, providing a comprehensive guide for environmental protection at Fort Sill.
    Technical Exhibit 7 (FY26) provides a detailed list of 192 building locations identified with asbestos, along with the corresponding verification dates. This document is crucial for custodial services, likely outlining areas that require specialized handling or awareness due to the presence of asbestos. The verification dates range from late 2012 to mid-2016, indicating ongoing efforts to catalog and manage asbestos locations within the specified buildings.
    The Technical Exhibit A outlines the performance requirements for post-wide custodial services under the federal government contract. Key tasks include solid waste removal, hard floor and carpet cleaning, latrine maintenance, stocking supplies, cleaning drinking fountains, and providing special event cleanings. Each service must meet a 95% Acceptable Quality Level (AQL), measured through monthly random inspections and customer complaints. The contractor is accountable for ensuring all eligible waste receptacles are clear, maintaining clean and well-stocked restroom facilities, and conducting high-quality cleaning operations. Performance success will be assessed in annual Contractor Performance Assessment Reporting System (CPARS) evaluations. This document reflects the government's commitment to maintaining cleanliness, hygiene, and overall facility upkeep, vital for creating a functional environment that adheres to established standards and client satisfaction.
    The document outlines deliverables and reporting requirements for a Solid Waste Management Service contract covering fiscal years 2025-2029. Key elements include a schedule of monthly reports to a Contracting Officer Representative (COR), immediate notifications of operational changes, and compliance documentation related to employee training and safety protocols. Specific timelines are set for various reports, such as emergency medical treatment documentation and accident reporting, emphasizing the need for prompt communication via phone and email. Furthermore, the provisions for employee training certifications (e.g., AT Level 1, OPSEC) and operational plans (e.g., phase-in/phase-out plans) must be submitted within specified timeframes. Overall, the document stresses timely reporting and adherence to safety guidelines to ensure effective management of solid waste activities in compliance with federal and local regulations. This framework facilitates accountability and operational readiness within the context of government procurement processes.
    The "TE-C Facility Listing and Estimated Workload" document outlines custodial service requirements for various military facilities, scheduled to be effective from October 1, 2025. It details different levels of service (BLACK, RED, AMBER, and GREEN) across numerous buildings, specifying each building's occupant, square footage, and frequency of cleaning services, including administrative and latrine care. Notably, the BLACK Level of Service indicates routine cleaning for 1,346,660 square feet spread across multiple sites with varying occupancy types, while the RED and AMBER levels provide additional specifications for other facilities. The document serves as a framework for federal and local contracting related to custodial services in military settings, focusing on providing structured, compliant service delivery for maintaining cleanliness and operational readiness. The inclusion of reimbursement details underscores financial transparency and accountability within procurement processes. Overall, the listing is integral to ensuring the health and efficiency of military facilities through detailed custodial service management.
    The document outlines performance standards for enterprise-wide custodial services across various facility types, including CYSS centers and museums. It details specific cleaning tasks, categorized by frequency of service—daily, weekly, monthly, quarterly, and annually—highlighted through a color-coded system (green, amber, red, black) indicating task priority and urgency. The tasks range from restroom sanitation and waste management to floor mopping and window cleaning, each clearly defined with scheduling requirements. The systematic approach ensures thorough cleaning and maintenance that meets federal and state standards. Furthermore, particular emphasis is given to the need for regular inspections and adherence to health and safety regulations, ensuring environments remain conducive for public use and comply with established guidelines. This framework serves as a guide for contractors responding to RFPs related to custodial services, ensuring clarity on expectations and service delivery standards vital for facility management.
    The document appears to be a detailed listing of various locations, facilities, and resources at Fort Sill, Oklahoma, a military installation. It includes names of golf courses, parks, picnic areas, military training grounds, historic buildings, and recreational facilities, highlighting the diverse infrastructure available within the post. Each entry likely signifies a place relevant to military operations, community activities, or historical significance, suggesting the area's purpose as both a training ground for military personnel and a space for family and community engagement. Such a comprehensive catalog may serve as an internal reference for military personnel, aiding in planning activities, resource allocation, or grant applications related to infrastructure development and maintenance at Fort Sill. The structure reflects a systematic organization, categorizing amenities and operational sites to facilitate navigation and utility for users.
    The Fort Sill Hazardous Material and Waste Management Plan outlines procedures for managing hazardous materials (HM) and hazardous waste (HW) at the U.S. Army Fires Center of Excellence (USAFCOEFS). Its purpose is to ensure compliance with applicable federal, state, and military regulations. The plan includes guidelines for identifying, storing, transporting, and disposing of HM and HW while minimizing safety hazards and environmental impacts. Key chapters cover topics such as obtaining and cataloging Safety Data Sheets (SDS), classifying materials by compatibility, and the management of waste categories including hazardous and non-hazardous waste. The Environmental Quality Division (EQD) oversees compliance and audits, while various departments such as the Medical Department and Public Affairs Office contribute to environmentally responsible practices. Regular training and inspections are mandated for personnel involved in HM and HW management to ensure adherence to safety procedures. The plan also includes protocols for spill responses, record keeping, and annual reviews by the EQD. Furthermore, the organization of responsibilities is clearly outlined to facilitate environmental stewardship at Fort Sill. This comprehensive document serves as a critical framework for risk management in hazardous material handling and waste management, significantly reducing potential health and ecological risks.
    The document details the identification of asbestos-containing materials across various buildings, as reported in Technical Exhibit 7 for FY26 related to custodial services. It lists over 190 locations, indicating building numbers and dates when each site was verified for asbestos presence. The verification dates range from 2012 to 2016, with most checks occurring in 2013. The extensive list serves as an inventory for managing environmental health risks linked to asbestos, emphasizing the need for compliance with federal and state safety regulations. This inventory is essential for governmental agencies, contractors, and health officials, guiding necessary remediation efforts to ensure safe working and living environments. It reflects the government's proactive approach to managing hazardous materials in public structures, aligning with broader federal and state RFPs and grants focused on health and safety compliance.
    Lifecycle
    Title
    Type
    Fort Sill Custodial
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Waste Disposal Services at Ft. Sill National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Custodial Services at TX201
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    Roads & Grounds Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.