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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    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 North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Custodial Services for MO024
    Dept Of Defense
    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), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as 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, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Custodial Services at TX201
    Dept Of Defense
    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.
    MFR Wash Rack Services
    Dept Of Defense
    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.