Nolin cleaning Contract
ID: W912QR25QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the Wage Determination No. 2015-4679 under the Service Contract Act (SCA), established by the U.S. Department of Labor. It outlines wage rates and fringe benefits applicable to contracts with the federal government for services performed in Kentucky, specifically in Edmonson County. Minimum wage rates are stipulated depending on the contract's date of initiation or renewal, with Executive Order 14026 mandating a minimum wage of $17.75 per hour for contracts effective after January 30, 2022, and Executive Order 13658 mandating $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various occupations along with their corresponding wage rates and fringe benefits, such as health and welfare allowances, vacation, and holiday pay. It specifies requirements for additional classifications and wage rates not listed within the determination and highlights the obligations of contractors regarding paid sick leave and uniform allowances for employees. In essence, the document serves to ensure that contractors comply with wage standards and benefits established under federal law, promoting fair compensation for service employees engaged in federal contracts.
    The document is the Register of Wage Determinations under the Service Contract Act (SCA) from the U.S. Department of Labor, detailing wage requirements applicable to federal contracts. It specifies that contracts entered into or extended after January 30, 2022, must pay covered workers a minimum wage of $17.75 per hour under Executive Order 14026. Contracts awarded between 2015 and January 29, 2022, must meet a minimum wage of $13.30 per hour under Executive Order 13658. The document includes wage rates for various occupations in Edmonson County, Kentucky, along with fringe benefits requirements. Occupations listed range from administrative roles to healthcare positions, with rates and required benefits outlined. Additionally, the document mentions health and welfare benefits of $5.36 per hour and paid sick leave as outlined under Executive Order 13706. There is also guidance on the process for classifying new occupations and requesting wage rates not listed in the determination. This document ultimately serves to inform contractors of wage compliance obligations under federal contracts, facilitating fair compensation for service workers.
    The document is a Wage Determination notice issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for various occupations in Kentucky, particularly for contracts awarded from 2015 onward. Key provisions state that contracts initiated or renewed after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless a higher rate is specified. The document outlines specific wage rates for numerous occupations, categorized under sections such as Administrative Support, Automotive Service, Food Preparation, and Health Occupations, with rates ranging from $10.05 for some food service roles to $48.52 for specialized technicians. Additionally, benefits for all listed occupations include health and welfare provisions, vacation days, and holidays. The document also details regulations around paid sick leave for contractors, as mandated by Executive Order 13706. This comprehensive wage determination aims to ensure fair compensation for service workers engaged in federal contracts, thereby supporting worker rights and economic equity in the labor market.
    This document is a "Register of Wage Determinations" issued by the U.S. Department of Labor concerning federal contracts subject to the Service Contract Act. It details wage rates and fringe benefits applicable to various occupations within specified Kentucky counties. Key minimum wage rates are aligned with Executive Orders 14026 and 13658, mandating compensation of at least $17.75 or $13.30 per hour, respectively, contingent on contract dates. The structure of the document includes detailed wage classifications for multiple occupations, stipulating hourly rates and necessary fringe benefits, with an emphasis on health and welfare, vacation, and holiday pay. It also outlines additional conditions such as paid sick leave under Executive Order 13706 and requirements for uniform allowance. Furthermore, the document provides a conformance process for unlisted job classifications to ensure compliance with labor standards. Overall, this wage determination document serves to support transparency and fairness in compensation for workers on government contracts, aligning government contractors with labor rights and minimum wage laws.
    The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates for contract workers in Hart County, Kentucky. It provides guidelines for contracts entered into after January 30, 2022, requiring a minimum wage of at least $17.75 per hour or $13.30 per hour for certain older contracts. Detailed occupation codes and wage rates are listed for various jobs, including administrative support, healthcare, food service, and maintenance. Additionally, it outlines health and welfare benefits, vacation policies, and sick leave provisions under Executive Order 13706. Contractors are responsible for ensuring compliance with these wage determinations and may need to submit conformance requests for unlisted occupations. Overall, this document aims to ensure fair compensation for workers on federal service contracts, promoting adherence to established wage standards while enhancing worker protections. The Wage Determination supports government RFPs and grants by establishing clear labor cost expectations.
    The document, a wage determination from the U.S. Department of Labor, outlines minimum wage requirements under the Service Contract Act (SCA) for contracts in Kentucky's Hart County. It emphasizes compliance with Executive Orders 14026 and 13658, which set minimum hourly wages of $17.75 and $13.30 respectively, based on contract date and renewal status. The content details numerous occupational codes, their titles, and specified wage rates, along with a required fringe benefit rate for all listed occupations. Additionally, the document includes regulations governing paid sick leave, vacation, and holiday benefits under specific Executive Orders, mandating contractors to provide employee benefits such as health and welfare allowances. The text also explains procedures for classifying new job categories and submitting requests for pay rates not previously listed, stressing the importance of adherence to labor laws to ensure fair wages for service employees. This document serves as a crucial resource for federal contractors, ensuring they comply with labor regulations and provide adequate compensation and benefits to their workers, particularly within the context of government RFPs and federal grants.
    The government document outlines a comprehensive Quality Control Plan (QCP) and Accident Prevention Plan (APP) for contractors engaged in service and maintenance activities. The QCP emphasizes mandatory training and cross-training for employees, completion checklists for accountability, and immediate corrective actions for any work deficiencies identified by the Quality Control Inspector (QCI). Daily Quality Control Inspection Reports are required to ensure compliance with contract specifications, while a Contractor Discrepancy Report (CDR) outlines how deficiencies are documented and resolved. The APP details safety protocols, including the preparation of an abbreviated Accident Prevention Plan for limited-scope contracts, which must include safety policies, employee training, emergency communication means, and personal protective equipment guidelines. The document also mandates hazard communication for hazardous substances and traffic control procedures, ensuring a safe work environment. Exhibits within the file cover quality assurance surveillance, performance evaluations, and acceptable quality levels (AQL) for various cleaning services. Deductions for failures to meet performance standards are specified, emphasizing the importance of accountability and corrective measures in maintaining service quality. Overall, this document serves as a framework for ensuring compliance with safety and quality standards in government contracting processes.
    The document outlines a comprehensive Quality Control Plan, Accident Prevention Plan, and Quality Assurance Surveillance Plan for a government contract. The Quality Control Plan mandates thorough employee training, cross-training, and the utilization of checklists to ensure compliance with contract requirements. A Quality Control Inspector (QCI) will oversee inspections and enforce corrective actions for any deficiencies found, reporting findings to the Corps of Engineers daily. The Accident Prevention Plan outlines essential safety measures, including detailed sections on training, job site inspections, emergency planning, and personal protective equipment. Contractors are required to submit an abbreviated Accident Prevention Plan for contracts with limited scopes, addressing various safety and health commitments. The Quality Assurance Surveillance Plan emphasizes achieving an Acceptable Quality Level (AQL) of 95% for cleaning services across various facilities, with procedures defining inspection methods and performance evaluation criteria. Re-inspection and deduction policies are clearly outlined to maintain service quality. Overall, the document serves to ensure safety, quality performance, and regulatory compliance in the management of federal and local services, emphasizing the government's commitment to maintaining high standards in all contracted work.
    The document outlines a series of cleaning and maintenance maps for various recreational areas within Nolin River Lake, indicating specific locations and amenities such as restrooms, dumpsters, parking lots, and picnic sites. Each area is assigned a unique identifier and contains details about the number of campsites available. The cleaning maps include instructions for maintaining facilities like shower houses, fee vaults, and playgrounds, which are critical for ensuring user satisfaction and safety in outdoor environments. The document serves as a planning tool for potential contractors and service providers responding to Request for Proposals (RFPs) or grants related to environmental maintenance and recreation management. It aligns with governmental aims to uphold standards in recreational areas across federal and local jurisdictions, illustrating an organized approach to maintaining public spaces and resources for community use. The emphasis on cleanliness and facility upkeep indicates it seeks to improve the overall visitor experience at Nolin River Lake, enhancing recreational opportunities while adhering to regulatory requirements.
    The Nolin River Lake Service Contract outlines the responsibilities of the contractor for cleaning and maintenance services at the Nolin River Lake project in Kentucky. The contractor must provide all necessary management, personnel, equipment, and supplies to fulfill cleaning tasks in public recreation areas. The contract stipulates that work shall be ordered through task orders issued by the Contracting Officer. Duties include cleaning restrooms, picnic shelters, and playgrounds, as well as trash removal and maintenance of public areas. Various cleaning schedules are established, particularly during peak recreational periods, and the contractor is required to meet safety and environmental standards. The contract emphasizes public safety, adherence to quality control and assurance mechanisms, and compliance with all relevant regulations. Specific guidelines govern the conduct of contract employees, equipment maintenance, and reporting requirements. Upholding a high level of professionalism is paramount as the majority of work occurs in public settings. This contract reflects the government's commitment to maintaining clean and safe recreational facilities, highlighting the importance of contractor oversight and accountability in public service operations.
    The Nolin River Lake Service Contract outlines the necessary cleaning and maintenance services for public recreation areas in South Central Kentucky. The Contractor will manage and provide all personnel, materials, and equipment required to maintain cleanliness and organization of facilities, including pit toilets, flush toilets, showerhouses, dump stations, picnic shelters, and playgrounds. A series of standard operating procedures delineates the frequency and specific tasks associated with cleaning and quality control. Nowhere in this contract is negotiated work included, and services are to be conducted primarily during set working hours. The document mandates strict adherence to safety protocols, accident reporting, and environmental standards, ensuring compliance with relevant laws and regulations. Additionally, contractors must provide evidence of adequate manpower and qualified personnel, guaranteeing a professional demeanor and presentation. The plan emphasizes maintaining clear lines of communication between the Contractor and the Technical Point of Contact (TPOC). This service contract serves as a comprehensive framework for the management of recreational area cleanliness, emphasizing quality assurance and safety protocols necessary for the effective operation of the Nolin River Lake facilities, reflecting the government's commitment to public service and recreational facility maintenance.
    This document pertains to a Request for Quote (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing janitorial services for the Nolin River Lake Project Office in Kentucky. The contract is set aside for small businesses under NAICS code 561720 and has a maximum value of $22 million. The base year for the contract will run from April 1, 2025, to March 31, 2026, with options to extend for three additional years. Responsibilities include the provision of personnel, tools, and services to ensure compliance with the Performance Work Statement and applicable laws. Critical details include a best value trade-off evaluation process, which will consider compliance, technical evaluation, and pricing strategies. Site visits are recommended for accurate understanding of the work involved. Quotes must be electronically submitted by February 25, 2025, and contractors are required to register in the System for Award Management (SAM) for payment processing. The solicitation also highlights compliance with various federal acquisition regulations and clauses, ensuring that all contractors adhere to the outlined terms and conditions, including ensuring that covered contractor information systems are adequately secured.
    This document outlines a Request for Quote (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at securing janitorial services for the Nolin River Lake Project Office, covering areas in Edmonson, Hart, and Grayson Counties in Kentucky. The contract's base year runs from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions. This acquisition is exclusively set aside for small businesses under NAICS code 561720, with a total award amount of $22 million. The contractor is expected to provide comprehensive management, personnel, materials, tools, and related services according to the Performance Work Statement and related regulations. Critical factors for award include proposal compliance, technical evaluation, and price analysis. Attendance at site visits is highly recommended, scheduled for February 2025. All bidders must ensure they are registered with the System for Award Management (SAM) and adhere to specific cybersecurity and contractor information safeguarding standards. Overall, the document serves to establish a competitive bidding environment while promoting small business participation in governmental contracts, consistent with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Nolin cleaning Contract
    Currently viewing
    Solicitation
    Similar Opportunities
    Barren River Lake Cleaning Services IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide cleaning and janitorial services for the Barren River Lake project in Glasgow, Kentucky. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, spans from March 1, 2025, to February 28, 2030, and includes comprehensive management and cleaning services across various recreation areas, with an estimated contract value of $22 million. This procurement is critical for maintaining cleanliness and safety in public recreation spaces, ensuring compliance with environmental standards and labor regulations. Interested contractors must submit their proposals by February 21, 2025, and can direct inquiries to Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.
    Park Cleaning and Janitorial Services, Fort Supply, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Park Cleaning and Janitorial Services at Fort Supply Lake, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at providing essential custodial services to maintain the cleanliness and upkeep of the park facilities. The contract falls under the NAICS Code 561720, which pertains to Janitorial Services, and is crucial for ensuring a safe and welcoming environment for visitors. Interested small businesses should note that the site visit is scheduled for January 31, 2025, at 10:00 AM Central Time, and can reach out to Cheryl Hakel at cheryl.d.hakel@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL for further inquiries.
    Janitorial Services at Cottonwood Campground near Gavins Point Dam, NE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for janitorial services at the Cottonwood Campground near Gavins Point Dam in Nebraska. The contract, designated as a Total Small Business Set-Aside, requires the contractor to provide comprehensive cleaning and sanitation services across various recreation areas, with a focus on maintaining sanitary conditions during peak visitor seasons from mid-April to mid-October. The total contract amount is $179,450, and the performance period is set to begin on April 14, 2025, with options for extensions through 2029. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals by February 18, 2025; for further inquiries, they can contact Kimberly Johnson at kimberly.b.johnson@usace.army.mil or Constance Ellard at constance.r.ellard@usace.army.mil.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The procurement involves a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum service commitment of $5,759.12 for the base period extending through December 31, 2025, and options for additional service years through December 2029. This initiative aims to ensure the upkeep of public recreational areas while promoting economic opportunities for small businesses, particularly those owned by women. Interested parties must submit their quotes electronically by March 3, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or call 502-315-6463.
    PR Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking a contractor to provide comprehensive park cleaning services at Proctor Lake in Comanche County, Texas. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and services for facility cleaning, grounds maintenance, beach water testing, refuse collection and disposal, as well as servicing portable toilets and roll-off dumpsters at 14 recreation areas. These services are crucial for maintaining the cleanliness and safety of recreational spaces, ensuring a pleasant experience for visitors. Interested small businesses are encouraged to reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Kewaunee Janitorial Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is seeking qualified vendors to provide janitorial services under the solicitation titled "Kewaunee Janitorial Service." This procurement is set aside for small businesses and aims to ensure comprehensive housekeeping and custodial services are delivered effectively. Janitorial services are crucial for maintaining cleanliness and hygiene in military facilities, thereby supporting operational readiness and overall health standards. Interested vendors can reach out to Kyle Smith at kyle.d.smith@usace.army.mil or call 312-846-5370 for further details regarding the solicitation process.
    Eufaula Lake Project Office and Powerhouse Janitorial Service
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services for the Eufaula Lake Project Office and Powerhouse, as well as select fishing areas below the Eufaula Dam public use area. The procurement involves comprehensive janitorial work, including labor, supervision, transportation, equipment, and supplies necessary for maintaining cleanliness in designated areas at Eufaula Lake. This opportunity is particularly significant as it is a 100% Small Business set-aside, emphasizing the importance of supporting small enterprises in government contracting. Interested contractors must ensure they have an active registration in the System for Award Management (SAM) and monitor the PIEE website for the anticipated solicitation release on or about February 3, 2025. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    IDIQ Park Cleanup Millwood Lake Project Office
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is soliciting proposals for the IDIQ Park Cleanup Millwood Lake Project Office, focusing on janitorial services. The contractor will be responsible for providing all necessary management, supervision, labor, materials, and equipment for cleanup and solid waste removal services at the Millwood Office, adhering to the specifications outlined in the solicitation. This project is crucial for maintaining the cleanliness and safety of recreational facilities, ensuring a pleasant environment for visitors. Interested small businesses must submit their quotes by February 27, 2025, following a site visit scheduled for February 6, 2025, and can contact Jason Graefen or Sarah N. Hagood for further information.
    Office Janitorial and Park Cleaning Services Lewisville Lake Denton County
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking bids from small businesses for office janitorial and park cleaning services at Lewisville Lake in Denton County, Texas. The contract is a non-personal services agreement requiring the contractor to provide all necessary personnel, equipment, supplies, and supervision to meet the performance standards outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining cleanliness and environmental stewardship in public spaces, thereby enhancing community welfare. Quotations are due by February 24, 2025, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Interested parties can contact Diana Robinson at DIANA.W.ROBINSON@USACE.ARMY.MIL or call 817-886-1211 for further information.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified small businesses to provide a range of facilities support services under the PCMC Service Contract at El Dorado Lake, Kansas. The contract will encompass mowing, janitorial services, herbicide applications, and snow/ice removal, with the solicitation set to be issued as a 100% Small Business set-aside. This procurement is crucial for maintaining the operational integrity and cleanliness of the facilities at El Dorado Lake, ensuring a safe and pleasant environment for visitors and staff. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation anticipated to be issued around February 17, 2025, and closing on or about March 10, 2025. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.