Janitorial Services, Recruiting Center, Wareham, MA
ID: W912WJ25QA025Type: Solicitation
AwardedJun 5, 2025
$19.2K$19,200
AwardeeGERMRIP LLC Edmond OK 73003 USA
Award #:W912WJ25PA028
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
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for janitorial services at the Recruiting Center located at 1 Tobey Road, Wareham, MA. The contract requires the contractor to provide comprehensive cleaning services on a bi-weekly schedule, covering approximately 1,130 square feet, including offices, restrooms, and common areas, with additional tasks outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational integrity at federal facilities, reflecting the government's commitment to health and safety standards. Interested vendors must have an active registration in SAM.gov and are encouraged to contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details, with the contract valued at approximately $22 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for the Air National Guard Recruiting Center located at 1 Tobey Rd & RT. 28, Suite 101, Wareham, MA. It details various rooms and their dimensions, including a Test Room, Interview Room, storage, a unisex bathroom, and janitorial space. The total area is approximately 1,130 square feet. Additionally, signage is noted, including printed signage on an awning facing a Walmart location. The document emphasizes the physical layout and essential features of the recruiting center, which are critical for functionality and visibility in attracting and serving prospective recruits. Such specifics may be relevant for federal and state RFPs and grant considerations aimed at supporting military recruitment operations and facility adequacy.
    The document presents a proposal for janitorial services at the U.S. Army Corps of Engineers facility located at 1 Tobey Road, Wareham, MA. It outlines the requirements for both base and option year service tasks as specified in the Performance Work Statement (PWS). The services include daily cleaning tasks, monthly cleaning tasks, carpet cleaning, light fixture cleaning, high dusting, and emergency cleaning as needed. The quantities for each service item are detailed, though the provided prices are all listed as $0.00, which suggests that the pricing has yet to be determined or included. The bid schedule indicates structured timelines for executing cleaning tasks across the base year and two option years, reinforcing the commitment to maintaining the cleanliness and operational integrity of the facility. This proposal is part of a larger framework of government RFPs aimed at ensuring compliance with federal standards for facility upkeep, reflecting the government’s priorities for cleanliness, health, and safety across agency sites. The document emphasizes systematic service delivery while adhering to regulatory requirements. Overall, it serves as an administrative outline for contractors looking to secure funding and work under federal guidelines for facility maintenance services.
    The document outlines a Request for Quotations (RFQ) for janitorial services at U.S. Army Corps of Engineers facilities in Wareham, Massachusetts. The contract, valued at approximately $22 million, requires bidders to provide comprehensive management and cleaning services for various spaces, including offices, restrooms, and common areas. The contract spans several years, with cleaning scheduled bi-weekly and additional services defined in the Performance Work Statement. Proposals must adhere to specific requirements regarding bid submissions, safety protocols, and qualifications related to the Service Contract Act and environmental standards. Vendors must maintain active registration in the System for Award Management (SAM) and are required to prepare an Accident Prevention Plan. The document underscores compliance with various labor laws and includes guidelines for employee conduct on government property. The contractor will be responsible for quality control and thorough documentation of cleaning activities to ensure satisfactory service standards. This RFQ reflects the government’s initiative to contract services efficiently while maintaining safety and quality in federally managed facilities.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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 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.
    Snow and Ice Removal Taunton, MA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor to provide snow and ice removal services in Taunton, Massachusetts, for the 99th Readiness Division during fiscal year 2026. The contractor will be responsible for ensuring a clean and safe environment at the Bristol County ARC/AMSA facility, which includes providing all necessary personnel, equipment, and supplies, with a requirement for a two-hour response time after notification. This contract, which includes a 12-month base period and four optional 12-month extensions, emphasizes strict adherence to quality control, safety, and environmental compliance standards, as well as specific operational tasks such as clearing parking lots and sidewalks. Interested parties should contact Timothy McCleary at timothy.j.mccleary.civ@army.mil for further details regarding this total small business set-aside opportunity.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    CUSTODIAL SERVICES - Nichols, NY (NY127)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - NJ, is seeking proposals for custodial services at the facility located at 881 Stanton Hill Road, Nichols, NY. The procurement aims to award a Firm Fixed Price purchase order for janitorial services, as outlined in the attached Performance Work Statement (PWS) and Site Map. This opportunity is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in fulfilling government contracts. Interested parties should note that there are two pre-scheduled site visits, and all proposals must be submitted by the specified response date, with inquiries directed to Shannon Harvey at shannon.e.harvey3.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.