Janitorial Services, Cape Cod Canal, Buzzards Bay, MA
ID: W912WJ25Q0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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 Nov 1, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 1, 2024, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for janitorial services at the Cape Cod Canal Field Office in Buzzards Bay, MA. The contract requires the provision of all labor, materials, and equipment necessary to clean three buildings three times a week, adhering to a detailed Performance Work Statement that includes tasks such as trash disposal, restroom sanitation, and carpet cleaning. This procurement is set aside for small businesses, with a total small business size standard of $22 million under NAICS code 561720, emphasizing the importance of compliance with safety regulations and quality assurance. Interested vendors must have an active registration in SAM.gov and submit their offers by December 2, 2024; for further inquiries, they can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

Point(s) of Contact
Files
Title
Posted
Nov 25, 2024, 7:50 PM UTC
This document outlines an amendment to a solicitation for janitorial services at the U.S. Army Corps of Engineers Cape Cod Canal Field Office. It addresses industry questions regarding the contract, including the absence of retention rights for current employees and the details of site visits scheduled for late November 2024. The amendment elaborates on the Performance Work Statement, detailing the requirements for cleaning three buildings thrice weekly, including specific tasks such as trash disposal, restroom sanitation, and carpet cleaning. Notably, the contractor must adhere to safety protocols aligned with U.S. Army Corps standards. Furthermore, the contract spans from award until approximately December 2025, with options for two additional years. The document emphasizes the contractor's responsibility for quality assurance and compliance with safety regulations, including the implementation of an Accident Prevention Plan. It highlights the importance of professional conduct on-site and presents guidelines for payment procedures, materials provision, and the necessary licenses and permits. Overall, the amendment clarifies expectations and reinforces the government's commitment to maintaining effective service delivery within regulatory frameworks.
Nov 25, 2024, 7:50 PM UTC
The document is an amendment to a solicitation issued by the U.S. Army Engineering District, New England, to address industry questions related to a janitorial services contract. The amendment clarifies that previous work was awarded to Germrip LLC, but potential bidders should note that the scope may differ from the prior contract. It emphasizes that retention rights for current employees are not required. Key responses include the specifics of organized site visits scheduled for November 25-27, 2024, and clarifications regarding the necessity of a Level 3 Site Safety and Health Officer (SSHO) certification for the contract, which aligns with U.S. Army Corps of Engineers standards. Additionally, it specifies that certification in First Aid and CPR is mandatory for employees, with no substitutes allowed. The closing date for offers is confirmed as December 2, 2024. Overall, the amendment serves to ensure clarity and compliance for potential contractors regarding safety and health requirements, alongside logistical details for participation in the bidding process.
Nov 25, 2024, 7:50 PM UTC
The document is a Request for Quotation (RFQ) issued by the U.S. Army Corps of Engineers for janitorial services at the Cape Cod Canal Field Office in Buzzards Bay, MA. The RFQ outlines the scope of work, including general cleaning and carpet deep cleaning services for three buildings at specified intervals. It emphasizes compliance with safety regulations, including submitting pre-work submittals like the Accident Prevention Plan and Activity Hazard Analysis prior to commencing work. Key details include a schedule for service (Mondays, Wednesdays, Fridays), requirements for personal protective equipment, and contractor responsibilities regarding safety, reporting, and employee conduct. The document also specifies invoicing procedures and the importance of having contractors registered in the System for Award Management (SAM) to be eligible for consideration. Overall, this RFQ reflects the federal government's structured approach to ensuring safety, quality, and compliance while engaging small businesses, including service-disabled veteran-owned and women-owned groups, in providing required services.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Recreation Area Janitorial Services, North Springfield Lake, Springfield, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small business vendors to provide janitorial services at the Stoughton Pond Recreation Area, located at North Springfield Lake in Springfield, Vermont. The scope of work includes comprehensive cleaning tasks such as maintaining restrooms, picnic areas, and litter pick-up, primarily during the recreation season from Memorial Day to Labor Day, with options for extended service years. This procurement is crucial for ensuring a clean and safe environment for visitors, reflecting the federal government's commitment to maintaining public recreational spaces. Interested vendors must have an active registration in SAM.gov and submit their bids by April 25, 2025, at 2:00 PM Eastern Time; for further inquiries, they can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
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.
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.
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.
Y--Cape Cod National Seashores Racepoint Area Facility
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a construction project at the Cape Cod National Seashores Racepoint Area Facility in Provincetown, Massachusetts. The project entails the demolition of existing lifeguard and women's changing room facilities, followed by the construction of two new modular double vault toilets, accessible walkways and ramps, outdoor showers, and additional men's changing accommodations, all while ensuring compliance with Massachusetts Department of Environmental Protection regulations. This initiative is crucial for enhancing visitor facilities at a significant national park site, with an estimated budget ranging from $1 million to $5 million, and is exclusively set aside for small businesses under NAICS Code 236220. The solicitation is expected to be issued around May 6, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM) to be eligible. For further details, potential bidders can contact Mari Tolleson at maritolleson@nps.gov or by phone at 857-283-4598.
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.
CAPE COD CANAL, SERVICE ROAD PAVING
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a paving project on the service roads at Cape Cod Canal in Bourne and Sandwich, Massachusetts. The project involves providing a 1.5” hot mix asphalt overlay, partial depth replacement in select areas, re-striping, and other miscellaneous work, with an estimated contract value between $1,000,000 and $5,000,000. These service roads are crucial for USACE access and recreational use by pedestrians and cyclists. The solicitation is expected to be issued in May 2025, and interested contractors should direct inquiries to Kyle Hall at kyle.k.hall@usace.army.mil, with the contract performance period anticipated to last approximately 300 days.
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.
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.
Pine Flat Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California. The contract aims to provide comprehensive cleaning services for headquarters, recreational areas, restrooms, and fish cleaning stations, emphasizing performance-based solutions that allow contractors to propose innovative approaches to meet the government's objectives. This procurement is significant for maintaining public facilities and promoting economic opportunities for small businesses, particularly Women-Owned Small Businesses (WOSB), with an estimated contract value of $22 million. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.