Janitorial Services for Stanislaus River Parks, Knights Ferry, CA
ID: W9123825QA023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from Women-Owned Small Businesses (WOSB) for comprehensive janitorial services at Stanislaus River Parks in Knights Ferry, California. The contract, valued at approximately $22 million, encompasses a base year and four option years, requiring the contractor to provide cleaning services for various park facilities, including restrooms, picnic areas, and the Administration/Visitor Center, with specific cleaning frequencies based on the recreation season. Interested bidders are encouraged to conduct a site visit and must submit proposals by the specified deadline, with all inquiries directed to Jessica Padilla at jessica.padilla@usace.army.mil or Charlene Wilson at charlene.wilson@usace.army.mil.

    Files
    Title
    Posted
    The Stanislaus River Parks is soliciting bids for janitorial services for FY 2025-2030, encompassing the Administration/Visitor Center, public restrooms, and various park facilities across San Joaquin and Stanislaus Counties. The contractor must provide all necessary labor, materials, equipment, and supervision. The contract includes a base year and four option years, exercised at the government's discretion. Services vary by recreation season (April-September) with 3-4 cleanings per week and non-recreation season (October-March) with twice-weekly cleanings, with specific seasonal closures for certain areas. The scope includes cleaning flush restrooms, CXT precast concrete toilets (requiring the contractor to supply water), garbage collection, and specific cleaning tasks for the Administration/Visitor Center. The contractor is responsible for quality control, manpower reporting, employment eligibility verification, and adherence to safety regulations. Payment is made monthly upon submission of proper invoices. A site visit is strongly encouraged, and a pre-work meeting is required.
    The Stanislaus River Parks Janitorial Service Contract outlines the scope and requirements for cleaning and maintaining facilities at the parks from FY 2025 to FY 2030. The selected contractor is responsible for providing janitorial services to various areas, including public restrooms and picnic spots, ensuring cleanliness during both the Recreation Season (April-September) and Non-Recreation Season (October-March). Key responsibilities include regular cleaning schedules, managing trash collection, maintaining toilet facilities, and responding to emergency service requests. The contract features a Base Year with four optional extensions, with the Government holding discretion over option exercise. Performance and quality will be monitored through a Quality Assurance Surveillance Plan. Contractors must provide detailed submittals like safety plans, insurance certificates, and activity reports, ensuring compliance with safety and employment eligibility standards. Noteworthy is the emphasis on site inspections, the need for specialized equipment, and responsibilities for maintaining safety in public recreation areas. Contractor accountability will be ensured through reporting processes, including Daily Activity Reports and Contractor Manpower Reporting. The contract aims to uphold high cleanliness standards while facilitating smooth operations within Stanislaus River Parks.
    The document outlines a Performance Assessment Plan detailing how a Contractor's performance will be monitored and evaluated for government services. The Contracting Officer's Representative (COR) will conduct performance surveillance against a Quality Assurance Surveillance Plan (QASP), allowing for corrective actions before service invoicing. Contractors can submit self-assessments to be included in performance reports to the government. Payment is contingent on satisfactory performance, confirmed by a final written determination from the Contracting Officer (KO) following discussions with the COR. The QASP stipulates performance objectives and standards, such as the requirement for 100% submission of documentation before contract commencement and a 95% performance standard for janitorial services. Random inspections and customer feedback will inform performance evaluations; poor performance could lead to payment deductions or contract termination. The assessment approach underscores the government's commitment to ensuring contractors meet defined performance standards while providing a framework for accountability and continual improvement.
    The document, W9213825QA023, pertains to janitorial services for Stanislaus River Parks and addresses common inquiries related to government solicitations. It clarifies that the previous contract's award amount was $489,572.10, which can serve as a reference for pricing. Additionally, it confirms that the site visit occurred on August 1st and advises interested parties to consult clause 52.237-1 in the solicitation for comprehensive details regarding the visit. This information is crucial for potential bidders to understand historical pricing and site visit protocols, aiding them in preparing competitive proposals for the janitorial services contract.
    This government solicitation, W9123825QA023, is a Request for Proposal (RFP) issued by W075 ENDIST SACRAMENTO, KO CONTRACTING DIVISION, for Women-Owned Small Businesses (WOSB) to provide comprehensive janitorial services for Stanislaus River Parks, CA. The contract, with an estimated total award amount of USD 22,000,000.00, covers a base year and four option years. Services include cleaning flush restrooms, CXT precast concrete toilets, picnic areas (garbage cans and fire pits), and providing emergency services at various park locations, including Knights Ferry Recreation Area, Orange Blossom Recreation Area, McHenry Ave Recreation Area, Horseshoe Road Recreation Area, Honolulu Bar Recreation Area, and Oakdale Recreation Area. Additionally, janitorial services for the Administration/Visitor Center encompass flush restrooms, garbage collection, window cleaning, and employee restroom cleaning. The contractor is responsible for furnishing all labor, supplies, materials, tools, equipment, transportation, and supervision. All services are to be performed in accordance with the Performance Work Statement (PWS), and a pre-work meeting is required prior to the commencement of services each year. Inspection and acceptance of services will occur at the destination, KO Contracting Division, 1325 J Street, Sacramento, CA.
    The document outlines a Request for Proposal (RFP) specifically for Janitorial Services at Stanislaus River Parks, CA, focusing on cleaning and maintenance tasks across various park facilities, including restroom facilities and picnic areas. It details the requirements for the contractor to provide labor, equipment, supplies, and supervision necessary for the execution of the services over a specified contract duration, including multiple option years. The estimated total award amount for the contract is USD 22 million, with numerous line items itemizing specific services to be performed, such as cleaning flush restrooms and CXT precast concrete toilets. Moreover, the RFP includes information on contract initiation, submission deadlines, and contact details for inquiries. It emphasizes compliance with performance work statements and governs the processes for service delivery, inspection, and acceptance. The document's purpose is to engage women-owned small businesses in this solicitation, aligning with federal objectives to promote diversity and support economically disadvantaged business owners in governmental contracting. Overall, this RFP serves as a critical tool in ensuring cleanliness and upkeep in public parks, contributing to environmental sustainability and visitor satisfaction.
    The document outlines the wage determination under the Service Contract Act, detailing mandatory minimum wage rates for workers based on contract dates and specific executive orders, with the current applicable wage rate set at $17.75 per hour for contracts initiated or renewed after January 30, 2022. It provides information on fringe benefits, including health and welfare provisions, paid sick leave, vacation, and holidays, as well as requirements for uniform allowances and the conformance process for unlisted job classifications. Additionally, it lists various occupations along with their corresponding wage rates in California.
    Similar Opportunities
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    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 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.
    MFR Wash Rack Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    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.
    FY26 San Francisco District Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    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.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Hartwell Operations and Maintenance Project (RFP W912HN26RA003) to provide comprehensive maintenance, repair, and minor construction services across various facilities associated with the Hartwell Project in Georgia and South Carolina. The contract encompasses a wide range of services, including cleaning, landscaping, equipment maintenance, and emergency response, aimed at ensuring the operational integrity of facilities such as campgrounds, dams, and the power plant. This opportunity is set aside for small businesses under the NAICS code 561210, with a firm-fixed-price contract expected to be awarded following a competitive negotiation process. Interested parties must maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals by the deadline of January 5, 2026. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.