Janitorial Services, Recruiting Centers, 6 Locations in NH
ID: W912WJ25Q0056Type: Solicitation
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 U.S. Army Corps of Engineers - New England District is seeking proposals for janitorial services at six recruiting centers located in New Hampshire. The contractor will be responsible for providing comprehensive cleaning services, including management, supervision, and all necessary materials and equipment, across designated spaces such as offices, restrooms, and common areas, with varying service schedules based on location. This procurement is set aside for small businesses under NAICS code 561720, with a total small business size standard of $22 million, and the contract will span a base year with two optional years. Interested vendors must have an active registration in SAM.gov and submit their proposals by March 27, 2025, at 2:00 PM Eastern; for further inquiries, they can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation within the federal contracting process, specifically related to services previously awarded to Prestige Commercial Cleaning Company for $119,340. The amendment, issued by the U.S. Army Engineer District in New England, addresses inquiries from industry, confirming that the original solicitation closing date remains set for March 27, 2025. The document states that all other terms and conditions are unchanged, while ensuring that interested vendors are aware that future requirements may differ from those of the previous contract. Acknowledgment of this amendment is necessary for compliance, and options for acknowledgment are provided. This amendment is critical for transparency and maintaining communication between the government and potential contractors, fostering an environment conducive to competition and contractor engagement in upcoming procurements.
    The document serves as an amendment to a solicitation by the U.S. Army Corps of Engineers, specifically pertaining to the contract for cleaning services. It addresses responses to industry questions while confirming that the solicitation closing date remains on March 27, 2025, at 2:00 PM Eastern. The amendment maintains all other terms and conditions intact. Key changes include responses to two significant questions: Firstly, it identifies the incumbent contractor, Prestige Commercial Cleaning Company, and discloses that they were awarded a total of $119,340. Secondly, it specifies the type of lightbulbs used at the Amherst, NH facility, confirming that it utilizes T8 – F32T8 or equivalent LED bulbs, with up to 30 relampings authorized annually as detailed in the Performance Work Statement. The document emphasizes the importance of acknowledgment of the amendment by interested vendors to avoid rejection of their offers. Through this amendment, the contracting entity reinforces transparency in the solicitation process while providing critical information relevant for potential bidders. The summary illustrates the fundamental aspects of the amendment and highlights its purpose within the context of government contracting and procurement.
    The document outlines facility specifications and layouts for various U.S. Armed Forces Career Centers located in New Hampshire, detailing their square footage and room allocations. The centers include the Marine Corps, Army, Air Force, and Navy, each with designated areas for training, storage, interview rooms, and administrative functions. For instance, the Marine Corps center spans approximately 988 square feet, while the Air Force Enlisted Accessions Hub covers around 2,428 square feet. Additionally, dimensions for each area (such as storage rooms, offices, and lavatories) are provided, emphasizing the functional distribution of spaces within each center. The document is meant to serve as a technical reference for evaluating or proposing renovations, building specifications, or resource allocation at these military recruitment locations. It illustrates the U.S. government's ongoing efforts to ensure adequate facilities for the recruitment and career development of military personnel, which aligns with federal and state RFPs targeting infrastructure improvement in military services.
    The document outlines a Request for Proposal (RFP) for janitorial services to be provided to various U.S. Army Corps of Engineers locations across New England, specifically in New Hampshire. It specifies cleaning tasks to be performed in different offices, including daily and monthly duties as defined in the Performance Work Statement (PWS). Key tasks involve cleaning, carpet maintenance, high dusting, and emergency cleaning as needed, across several office locations with varying sizes. The RFP is structured to include details for a base year and two optional years of service, emphasizing clear specifications regarding quantities, units, and expected pricing, though actual pricing is listed as $0.00. This format suggests the need for potential contractors to provide competitive bids. The purpose of this document is to solicit bids from qualified service providers to ensure consistent and thorough maintenance of government facilities, underscoring the Army Corps' commitment to maintaining clean and functional work environments across its operational sites.
    The document is a Request for Quotations (RFQ) from the U.S. Army Corps of Engineers-New England District for janitorial services at various recruiting facilities in New Hampshire. It outlines the scope of work, detailing the contractor's responsibilities in providing comprehensive cleaning services including trash removal, vacuuming, surface disinfection, and restroom maintenance on specified schedules. The contract spans a base year and additional options for two years with specific performance requirements, including safety protocols and adherence to regulations. Key elements include a requirement for contractors to be registered in the System for Award Management (SAM), submit detailed quotes via email, and hold pre-work conferences to confirm service execution plans. The document emphasizes contractor compliance with safety standards, the need for qualified personnel, and establishes performance evaluation criteria. Payment is contingent on verified services through signed checklists, with deductions possible for unsatisfactory work. Overall, the RFQ underscores the government's integration of safety, environmental considerations, and quality control in selecting a contractor for these essential services.
    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.
    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 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.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    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 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.