Joint Recruiting Facilities Janitorial Services Group 3
ID: W9123624Q5027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, 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 qualified small businesses to provide janitorial services for Joint Recruiting Facilities in Virginia Beach, Virginia. The contract will require cleaning services on a flexible schedule, either two or three days per week, depending on the size of the facilities, with all work to be performed during standard business hours. This procurement is crucial for maintaining cleanliness and operational readiness in military recruiting offices, which play a vital role in supporting recruitment efforts across the armed forces. Interested contractors must submit their quotes by September 9, 2024, and are encouraged to acknowledge all amendments to the solicitation, with further inquiries directed to Luke Hedlund at Luke.D.Hedlund@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various rental properties in Chesapeake and Virginia Beach, listing the address, quantity, unit size in square feet, and a monthly count of 12 for each entry. It also emphasizes the total evaluated price, consisting of the base and option years, but does not provide specific pricing details. Overall, the table aggregates information on rental units for analysis.
    The document outlines a request for proposal (RFP) related to property management, detailing various locations in Chesapeake and Virginia Beach, Virginia. It specifies the quantities and square footage of properties to be managed over a base year and two optional extension years. Each site, ranging from 750 to 5600 square feet, is listed with a monthly unit measurement for each option year. The total evaluated price for the base year and the option years for a property at Virginia Beach is highlighted, suggesting a structured evaluation criterion for bids. The document primarily serves to guide potential contractors in bidding for property management services, promoting transparency in pricing and service expectations. Emphasizing the importance of thorough documentation, it aligns with standards commonly found in federal and local RFPs, ensuring compliance with relevant regulations and effective resource allocation in municipal management.
    The Specification Guide outlines the requirements for janitorial services, detailing the frequency of cleaning based on facility size, scheduling protocols, and the presence of Military Service Representatives (MSR) during cleaning. It emphasizes the use of environmentally friendly products, mandates a comprehensive Quality Control Program and inspection protocols, and specifies performance criteria and potential penalties for unsatisfactory service. Key responsibilities, including regular maintenance, periodic cleaning, and safety measures, are clearly defined to ensure compliance with government standards and provide a clean and safe environment.
    The document outlines specifications for janitorial services required by the U.S. Army Corps of Engineers for leased facilities. It details scheduling, service procedures, and performance standards for cleaning, emphasizing environmental responsibility and the use of eco-friendly products. Janitorial tasks are categorized into various frequency levels, including twice or three times per week for common tasks like trash removal, vacuuming, and restroom sanitation, with additional periodic services such as carpet cleaning and deep cleaning occurring monthly or quarterly. Key points include strict attendance requirements for the contractor and Military Service Representatives (MSR), with consequences for no-shows. Quality control measures, including the maintenance of a Janitorial Service Checklist, are mandated to ensure satisfactory service, alongside protocols for reporting issues and communication with the Real Estate Point of Contact (POC). Additionally, the document specifies contractor responsibilities regarding employee identification and background checks. Overall, this detailed scope aims to ensure cleanliness, safety, and compliance with federal standards within government facilities, reflecting the rigorous nature expected in government contracts.
    The document includes detailed dimensions and specifications for various spaces in a proposed military recruiting office layout at 829 Lynnhaven Parkway, Virginia Beach, along with other military offices within the area. It outlines the sizes and configurations of restrooms, offices, storage areas, and utilities, totaling up to 1,500 gross square feet for the U.S. Army Recruiting Office and additional dimensions for other military branches at related locations. The information is revisional and pertains to proposed designs and structural setups for these facilities.
    The document outlines the revised floor plans and specifications for various U.S. military recruiting offices located in Virginia Beach, Virginia. Key offices include the U.S. Army, Navy, Air Force, and Marine Corps, with total spaces ranging from 750 to 1,800 square feet. The design includes essential facilities such as restrooms (gender-specific and unisex), storage areas, testing rooms, and offices for personnel. Details on dimensions, room functions, and layouts are provided alongside architectural elements like elevation details and materials specified for construction. Additionally, the document emphasizes compliance with ADA standards and includes considerations for safety features like fire suppression systems. This initiative likely falls under government Requests for Proposals (RFPs) aimed at upgrading military facilities to meet operational needs and enhance recruitment efforts. Overall, this summary highlights the purpose of the space planning as a strategic measure to optimize military recruitment capabilities.
    The document outlines a detailed janitorial service contract for military facilities, specifying cleaning tasks, frequencies, and assessment criteria. It includes a checklist that must be completed monthly, with tasks performed weekly, quarterly, and biannually. Key services include trash removal, restroom sanitation, vacuuming, dusting, and HVAC maintenance. Each task must be rated for quality with specified standards, such as no rust or residue on surfaces. The contract emphasizes compliance with proper waste disposal and cleanliness protocols, detailing responsibilities for contractors and required documentation. Contractors are required to wear identification at all times while on premises. This document is significant within the context of government Requests for Proposals (RFPs) and provides a framework for ensuring maintenance of military facilities to meet health and safety standards.
    The file details Amendment 0001 for the Joint Recruiting Facilities Janitorial Services Group 3, issued on August 8, 2024. It addresses several bidder inquiries, clarifying key aspects of the solicitation process. The government specifies it will not conduct site visits or individual walkthroughs and requests all inquiries be sent via designated email, which will be publicly posted along with responses. Furthermore, guidance is provided for submitting quotes, instructing bidders to specify the solicitation number in their email and include a detailed bid schedule, outlining monthly and total costs for the base and option years. It reiterates that the due date for quote submissions remains unchanged and emphasizes the importance of acknowledging all amendments in bids. This amendment is integral for ensuring clarity in the proposal submissions for the janitorial services procurement, maintaining transparency and compliance with the solicitation process.
    The document pertains to Amendment 0002 for the Joint Recruiting Facilities Janitorial Services Contract, Group 3. It outlines several significant changes, including the complete replacement of various attachments associated with the bidding process—specifically the bid schedule, statement of work, and floor plans. Notably, the requirement for the replacement of HVAC filters is removed from the solicitation. The package also includes responses to bidder inquiries. The government declined to provide current working estimates or previous contract pricing and clarified that FAR 52.222-54, concerning employment eligibility verification, does not apply to this contract under FAR 22.1803. It is explicitly stated that the due date for bid submission remains unchanged, and bidders are required to acknowledge all amendments in their quotes. This amendment is crucial for prospective contractors participating in the procurement process, ensuring they are informed of the updated requirements and clarifications.
    The document pertains to Amendment 0003 of the Joint Recruiting Facilities Janitorial Services Group 3 solicitation, issued on August 26, 2024. It replaces the previous Combined Solicitation Synopsis and addresses bidder inquiries regarding flooring types, insurance proof requirements, and anticipated contract start dates. The estimated square footage of various flooring types is not provided, urging bidders to quote based on the available information. Importantly, proof of insurance is not required at the bidding stage as per the Service Contract Labor Standards. The Government anticipates awarding the contract by September 30, 2024, at which point it will issue a Notice to Proceed. Bidders should submit their quotes without expecting any extension of the due date and must acknowledge all amendments in their submissions. This document illustrates the procedural updates and clarifications essential for potential contractors regarding a government procurement initiative, aiming to streamline the bidding process and ensure compliance with labor standards.
    The Norfolk District Combined Solicitation Synopsis (W9123624Q5027) is requesting quotations for Janitorial Services, specifically set aside for small businesses, with submission due by September 9, 2024. The contract will include one base year and two option years, and candidates must provide technical qualifications and past performance references, alongside competitive pricing, for evaluation. Amendments and additional documentation related to the bid are available in the attachments accompanying the solicitation.
    The Norfolk District Combined Solicitation Synopsis W9123624Q5027 is a Request for Quotations (RFQ) for janitorial services, issued as a 100% Total Small Business Set Aside. The solicitation identifies the anticipated award of a firm fixed-price contract for services across multiple locations in Chesapeake and Virginia Beach, with a performance period of one base year and two option years. Interested small businesses must submit completed bid schedules, signed solicitation amendments, and technical information as specified. The evaluation criteria will focus on technical capability, past performance, and price, encouraging contractors to provide their best solutions upfront. A pre-award survey is mandated for contenders without recent similar project experience. Questions regarding the RFQ must be submitted prior to the due date of September 9, 2024. Inclusion of various clauses pertaining to contract administration, performance assessment, and compliance are detailed, emphasizing the need for adherence to federal regulations, reporting requirements, and the importance of proper invoicing. This document exemplifies federal procurement efforts to engage small businesses for service contracts while ensuring accountability and regulatory compliance in government contracting processes.
    The Norfolk District Combined Solicitation Synopsis W9123624Q5027 invites quotations for janitorial services under a 100% Total Small Business Set Aside, with a contract anticipated for one base year and two optional years of service. Interested contractors must submit a completed bid schedule, technical information, and references by September 9, 2024, and compliance with specified insurance and evaluation criteria for technical capability, past performance, and price is required. The government reserves the right to select the best-suited vendor based on relayed criteria without discussions and may communicate only with the selected contractor to finalize the contract.
    The document outlines Wage Determination No. 2015-4341 Revision No. 27, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It informs contractors operating in specific regions of North Carolina and Virginia about minimum wage requirements and fringe benefits for various occupations under federal contracts. Effective January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour, unless a higher rate is established. The document also specifies the minimum wage rates for various job titles, healthcare benefits, paid sick leave under Executive Order 13706, and vacation and holiday allowances. Key highlights include detailed occupation codes and associated hourly wage rates, fringe benefits of $5.36 per hour, and vacation entitlements based on length of service. It emphasizes adherence to wage and hour regulations for contractors, including procedures for unlisted job classifications requiring conformance requests. This wage determination serves as vital guidance for compliance in federal contracting contexts, ensuring fair labor standards while aligning with broader governmental labor policies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    Robert S. Kerr Powerhouse Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District Corps of Engineers, is seeking qualified contractors to provide janitorial services at the Robert S. Kerr Powerhouse located in Keota, OK. The procurement encompasses labor, supervision, transportation, equipment, and supplies necessary to perform janitorial services in designated areas of the facility, with a contract term consisting of a base year plus four option years. These services are crucial for maintaining cleanliness and operational efficiency within the powerhouse, which plays a significant role in the region's energy infrastructure. Interested parties can reach out to Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079, or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL or 918-669-7043 for further details.
    Building 8500 Carpet Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide carpet cleaning services for Building 8500 at Vandenberg Space Force Base in California. The contractor will be responsible for delivering all necessary labor, materials, equipment, and supervision to complete a one-time carpet cleaning service in accordance with the Performance Work Statement (PWS). This service is crucial for maintaining the cleanliness and upkeep of the facility, ensuring a safe and pleasant environment for personnel. Interested small businesses are encouraged to review the solicitation and its amendments, with inquiries directed to Kristian Martin Perlas at kristianmartin.perlas.2@us.af.mil or by phone at 530-634-9179. The procurement is set aside for small businesses under FAR 19.5, and the deadline for submissions is yet to be specified.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    Williston - Admin and T&E Janitorial
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business contractors for the "Williston Project Admin and T&E Janitorial Cleaning" service in Williston, North Dakota. This procurement involves a fixed-price, performance-based service contract that requires the contractor to provide all necessary labor, supervision, personal protective equipment (PPE), supplies, equipment, and transportation for janitorial services at the Administration and T&E Buildings. The contract is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive working environment for personnel. Interested parties should note that the solicitation is expected to be issued on or about September 6, 2024, with a closing date around September 20, 2024. For inquiries, contact Jacob Thomas at jacob.j.thomas@usace.army.mil, and ensure registration in the System for Award Management (SAM) is completed to access solicitation documents.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Rental of Port A Johns
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors for the rental of six Port A John stations to support personnel operations. The contractor will be responsible for the installation, maintenance, and service of these portable restrooms, ensuring compliance with safety regulations and providing necessary amenities such as water, soap, and towels. This procurement is crucial for maintaining sanitation standards at the shipyard, with a contract period starting from September 23, 2024, to March 22, 2025, and options for six-month extensions. Interested small businesses must submit their quotes by September 16, 2024, at 5:00 PM EST, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or call 757-396-9694.
    Janitorial Services at Hydro Plants
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking qualified small businesses to provide janitorial services at the Sam Rayburn Powerhouse and R.D. Willis Power Plant in Jasper, Texas. The contract entails a firm-fixed price for a duration of 60 months, requiring the contractor to supply all necessary labor, materials, and equipment to execute non-personal janitorial services as outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational efficiency at the facilities, ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, with the solicitation anticipated to be issued around September 9, 2024. Interested parties should contact Gary Rizzolo at gary.s.rizzolo@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further information.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.