Fairfield Janitorial Services
ID: W9123825QA002Type: 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
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for janitorial services at its leased facilities in Fairfield, California. The contractor will be responsible for providing comprehensive cleaning services three times a week, including trash removal, vacuuming, and restroom sanitization, while adhering to environmentally-friendly practices and maintaining operational integrity. This contract, valued at approximately $22 million, emphasizes compliance with federal labor standards and is part of the government's initiative to support small business participation in federal procurement. Interested parties must submit their proposals by April 22, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 4:05 PM UTC
The Specification Guide for Janitorial Services in Fairfield, CA, outlines the requirements for providing cleaning services to U.S. Army Corps of Engineers facilities under a structured performance contract. Services are to be delivered three times a week, focusing on key areas such as trash removal, vacuuming, high-touch surface disinfection, and restroom sanitization, ensuring compliance with environmentally-friendly practices. The Military Service Representative (MSR) must be present during cleaning to provide access and monitor the work. The contractor is responsible for all personnel training, quality control, and compliance with security protocols, including background checks and identification for all contract staff. Additionally, performance evaluation will be conducted regularly, with specific criteria outlining acceptable standards. The document emphasizes the importance of maintaining operational integrity while minimizing interference with government functions. The detailed checklist provided delineates tasks to be completed, performance expectations, and consequences for non-compliance. This specification underscores the federal commitment to cleanliness, safety, and efficient facility management by leveraging contracted janitorial services.
Apr 15, 2025, 4:05 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically focusing on janitorial services for the FY25 Fairfield Janitorial Contract under requisition number W9123825QA002, issued on April 18, 2025. The contract includes the requirement for janitorial cleaning services performed three times weekly at a specified location unless modifications are warranted. It is structured in a standard format detailing the contractor's obligations, delivery schedules, and performance expectations, emphasizing the importance of compliance with various Federal Acquisition Regulation (FAR) clauses. The contract's financial details indicate a total award amount of $22 million, with options for additional service years. Contractors need to adhere to specific terms, such as service conditions, inspection, and acceptance parameters, showcasing the federal government's commitment to enhancing procurement procedures while supporting small business initiatives. The document includes comprehensive clauses regarding labor and employment conditions to ensure equitable treatment of workers, thereby reflecting the government's emphasis on social responsibility in its contracting process.
Apr 15, 2025, 4:05 PM UTC
The document outlines an amendment to a solicitation, specifically extending the due date for proposals from April 18, 2025, to April 22, 2025. It emphasizes the necessity for offerors to acknowledge receipt of this amendment through specified methods, including returning updated copies of the offer or by electronic communication. Furthermore, it outlines provisions for modifying existing offers based on this amendment. The amendment also confirms that all original terms and conditions remain unchanged, illustrating the procedural requirements for selections and modifications in federal procurement processes. The document serves as a formal notice of change crucial for maintaining compliance with federal contracting regulations, highlighting the importance of timeliness and acknowledgment in proposal management. The extension aims to give interested parties additional time to complete their submissions, underscoring the government's intent to ensure robust participation in the solicitation process.
Apr 15, 2025, 4:05 PM UTC
The "Register of Wage Determinations under the Service Contract Act" outlines wage and benefit requirements for federal contracts subject to the Service Contract Act (SCA). It specifies minimum wage rates based on Executive Orders 14026 and 13658, depending on the contract's award date and subsequent renewals. For 2025, the minimum wage is set at $17.75 per hour for contracts entered after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document details occupation codes and corresponding wage rates for various positions within California's Solano County, along with mandatory fringe benefits, which include health and welfare and paid leave provisions under Executive Order 13706. Benefits also include paid vacations, holidays, and provisions for uniforms. Crucially, the document highlights specific conformance procedures for unlisted occupations and directives on wage compliance. The regulation aims to ensure fair compensation in government contracts, maintaining both wage transparency and adherence to labor standards. Overall, this register serves as a vital resource for contractors and governmental entities to align with federal wage standards and labor rights protections.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
Janitorial Services, Recruiting Center, Wareham, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking qualified contractors to provide janitorial services for the Recruiting Center located in Wareham, MA. The contract requires the contractor to furnish all labor, materials, and equipment necessary to perform cleaning services on a bi-weekly schedule, totaling 104 service days at the specified location. This procurement is crucial for maintaining a clean and functional environment for military recruitment activities. Interested vendors must have an active registration in SAM.gov and should prepare for the solicitation, which is expected to be available online around May 5, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
WAREHOUSE DEEP CLEANING SERVICE FOR ROCK ISLAND ARSENAL, IL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking a contractor to provide deep cleaning services at two locations within the Rock Island Arsenal, Illinois. The contractor will be responsible for delivering all necessary personnel, equipment, cleaning supplies, and supervision to perform the specified cleaning services, as outlined in the Performance Work Statement (PWS), with no personal services included in the contract. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, ensuring a safe and hygienic environment. Interested small businesses are encouraged to reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details, as this opportunity is set aside for total small business participation.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.
Annual Carpet Cleaning Services for 81st RD Fort Jackson, SC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual carpet cleaning services at Fort Jackson, SC. The procurement involves a non-personal service contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to perform the cleaning services in accordance with the Performance Work Statement. This service is crucial for maintaining the cleanliness and upkeep of the facilities at the specified location, ensuring a safe and pleasant environment for personnel. The contract period is set from June 1, 2025, to May 31, 2026, with four optional twelve-month extensions and a six-month option to extend services. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
Janitorial Services at USCG Sector San Diego CA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing janitorial services for Sector San Diego, California. The procurement aims to ensure a clean and sanitary environment for military personnel and civilians, with responsibilities including regular cleaning tasks, waste disposal, and adherence to emergency reporting procedures as outlined in the attached Performance Work Statement (PWS). This initiative underscores the USCG's commitment to maintaining high facility standards through meticulous management and skilled personnel under a firm-fixed-price contract, with a total contract duration of up to five years. Interested parties must submit their capabilities and intent to respond by April 29, 2025, to Angela M. Barker at angela.m.barker@uscg.mil.
Refuse Services - Fairview PA209
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking proposals from qualified small businesses for refuse services at the Fairview USARC located at 7001 Klier Drive, Fairview, PA 16415. The primary objective of this procurement is to ensure a clean and environmentally safe workplace by providing refuse collection services in accordance with the Performance Work Statement. These services are crucial for maintaining a hygienic environment free of debris and pests, thereby supporting the operational readiness of the facility. Interested vendors should contact Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for small businesses under FAR 19.5.
Calaveras Janitorial
Buyer not available
Solicitation from the AGRICULTURE, DEPARTMENT OF for janitorial services in California. The contract is intended to furnish janitorial services for the Calaveras Ranger District on the Stanislaus National Forest.