Between Occupancy Maintenance (BOM) of Military Family Housing (OCONUS)
ID: W912CM25R0001_Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACT =APO, AE, 09005, USA

NAICS

Residential Remodelers (236118)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Between Occupancy Maintenance (BOM) services for Military Family Housing at Lucius D. Clay Kaserne and surrounding areas in Wiesbaden, Germany. The contract will cover a range of non-personal services including inspections, cleaning, painting, floor repairs, and limited grounds maintenance, with a total ordering period of 60 months starting from April 21, 2025. This procurement is crucial for maintaining the quality and safety of housing facilities for military personnel and their families, ensuring compliance with federal standards. Interested contractors must register in the System for Award Management (SAM) and submit proposals by January 31, 2025, with inquiries directed to Christopher Wester at christopher.m.wester.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the historical workload of the AFH (Army Family Housing) for fiscal years 2020 to 2023, detailing various maintenance and inspection activities performed across barracks and apartments. It includes quantitative data of tasks categorized into types such as routine maintenance, cleaning, and inspections, often broken down by square meters (SM) or unit counts (EA). Major activities include quarterly cleanings, plastering, painting, routine maintenance on various fixtures, and cleaning of specific areas within the housing facilities. The document serves as a resource for analyzing past workloads to aid in future federal grants, RFPs, and local government initiatives, demonstrating maintenance trends and requirements over multiple fiscal years. By compiling such comprehensive data, the report facilitates informed decision-making and resource allocation for housing maintenance projects, aligning with federal and state requirements for housing quality and safety standards.
    The "Past Performance Assessment Questionnaire" is a tool for evaluating a contractor's performance on federal contracts. It assesses various criteria under five main categories: Quality of Product or Service, Invoices, Schedule, Business Relationships, and Key Personnel. Each category includes specific statements regarding the contractor's adherence to contract requirements, timeliness, communication effectiveness, and management quality. Evaluation respondents must indicate their level of agreement, labeling each statement as "Acceptable" or "Unacceptable," with the latter requiring a brief explanation. This systematic evaluation helps ensure that federal contracts are awarded to contractors who consistently demonstrate reliability, effective communication, and meet program needs. The questionnaire aims to promote accountability and improve contractor performance across federal, state, and local levels, aligning with the objectives of government RFPs and grants. Overall, it serves as a comprehensive mechanism for gathering essential feedback on contractor performance and informs future contracting decisions.
    The BOM Attachment Aukamm outlines a federal request for proposal (RFP) focusing on the procurement of services and materials necessary for the Aukamm project. The document specifies requirements for potential contractors, including technical qualifications, performance metrics, and compliance with federal regulations. Supporting details emphasize the need for a robust project plan that addresses budget constraints, timelines, and risk management. It highlights the importance of effective communication among stakeholders and clear identification of deliverables to ensure the project's success. The overall aim is to solicit proposals that contribute to developing and implementing solutions aligned with federal funding goals, fostering collaboration between various levels of government and contractors. This attachment serves as a guide for bidders seeking to understand project needs while ensuring adherence to federal standards and objectives.
    The document related to BOM Attachment 2 for Clay Kaserne outlines specifications and requirements relevant to a federal RFP. Its primary focus is on procurement details concerning services and supplies necessary for operational efficiency at Clay Kaserne, which is a military installation. Key elements include logistical support, technical services, and compliance with military standards and regulations. Supporting details entail quality control measures, performance metrics, and contractor qualifications. The document stresses the importance of timely delivery, adherence to budget constraints, and the necessity for contractors to demonstrate prior experience with similar projects. Additionally, it underscores the need for regular reporting and coordination between contractors and federal authorities to ensure alignment with strategic objectives. Overall, this attachment serves as a guideline for prospective contractors on the requirements and expectations for successful bids, demonstrating the government's commitment to accountability and efficiency in managing military resources.
    The document titled "BOM Attachment Crestview" appears to relate to a federal or state RFP regarding the procurement or grant funding associated with a project named "Crestview." The main purpose of this file is likely to provide detailed specifications, budgetary outlines, and requirements for stakeholders interested in submitting proposals or receiving grants. Key details may include the important milestones for project implementation, criteria for vendor selection, and compliance standards that must be met. Additionally, the document likely emphasizes timeline expectations and specific deliverables necessary for successful project execution. Overall, the attachment serves to inform potential bidders or grantees of critical information essential for responding to the RFP or applying for funding, thus facilitating efficient project management and adherence to governmental policies.
    The BOM Attachment Hainerberg outlines procurement and project requirements for Hainerberg installations as part of federal government initiatives. It details the technical and logistical specifications expected from contractors, including equipment needs, timelines, and compliance with both federal and local regulations. Key sections address performance metrics, health and safety standards, and project management processes to ensure quality execution. The document highlights the necessity for bidders to follow stringent guidelines outlined to maximize efficiency and effectiveness while meeting governmental expectations. This framework aims to facilitate a transparent selection process for capable contractors, supporting the overarching goals of government RFPs and ensuring projects are completed within budget and specifications. The overall purpose of this document is to streamline procurement while ensuring adherence to safety, quality, and regulatory standards during implementation.
    The Standard Operating Procedures (SOP) for Housing Inspectors at USAG Wiesbaden, effective from October 31, 2024, outline the management of inspections for Army Family Housing units. The SOP details the responsibilities of officials and supervisors, referencing pertinent Army regulations and guidance. Key inspection types include assignment, pre-, termination, and vacant unit inspections, each with specific procedures to ensure proper management of housing conditions. Inspections are scheduled by Housing Office personnel through the Housing Operations Management Execution System, accommodating residents’ availability. Inspectors conduct thorough walkthroughs with occupants, check operational status of appliances, and ensure the proper documentation is maintained. Termination inspections are critical; responsibilities include assessing damages and cleaning standards, which vary based on whether cleaning is performed by residents or government contractors. The SOP strengthens the structure for housing inspections, emphasizing compliance, safety, and maintenance during tenant transitions. Each inspection type is designed to uphold housing standards, mitigate potential issues, and foster effective communication between inspectors and occupants. The document reflects the Army's commitment to providing quality housing for military families while ensuring accountability across all parties involved. The overarching purpose is to standardize inspection practices to promote efficiency and reliability in housing management operations.
    The document outlines a comprehensive checklist for thorough inspection and maintenance of living facilities, ensuring compliance with specified performance work standards (PWS). It covers various areas within the premises, such as living rooms, bathrooms, kitchens, hallways, basements, and exteriors, detailing required services, deficiencies, and corrective measures needed within 24 hours. Each area includes a list of specific tasks related to floors, walls, ceilings, fixtures, appliances, and windows, with options for acceptance status (yes, no, N/A) indicated. The form emphasizes the necessity of maintaining hygienic standards and operational functionality within these facilities. This inspection checklist demonstrates an organized approach to facility maintenance within government-operated premises, reflecting the importance of upholding health and safety standards for the welfare of occupants. By systematically addressing all relevant components of the living environment, it assists in prioritizing necessary repairs and ensuring timely action. This document aligns with government procedures for managing RFPs and grants as it establishes accountability and responsiveness in facilities management.
    The 409th CSB Quality Assurance Nonconformance Report (NCR) documents a Level II nonconformance related to cleaning deficiencies at Building #9010, CDC in Netzaberg. Issued on September 14, 2021, the NCR arises from multiple complaints regarding inadequate cleaning services provided by contractor Piepenbrock Government Service. Observations by the Contracting Officer Representative (COR) included unvacuumed carpets, unemptied trash, and general uncleanliness, violating established cleaning standards outlined in the Performance Work Statement (PWS). The contractor is required to address specific corrective actions such as establishing a root cause for the cleaning failure, providing a corrective action plan, and assessing if other deliverables are similarly affected. This report emphasizes the significance of adhering to contractual cleaning requirements, highlighting the need for accountability within contractor services to ensure a safe and hygienic environment, especially in facilities serving children. The NCR includes details on contractor responsibilities, required corrective actions, and follow-up procedures. The situation underscores the broader context of government contracting, where compliance with established standards is crucial for operational effectiveness and safety in service delivery.
    The document presents a log of back-ordered parts related to tasks conducted within federal government buildings, indicating delays in part deliveries associated with specific work orders. It appears to serve as an inventory tracking system, detailing each task's order number, description of work, status of back-ordered parts, and relevant dates for ordering and completion. The primary purpose of this log is to provide a structured record of supply chain issues impacting government projects, ensuring that stakeholders can monitor back-ordered components that might affect project timelines. This log is essential within the context of government RFPs and grants, as it highlights the operational challenges faced in adhering to project schedules, which may necessitate adjustments or additional resources to mitigate delays. By consolidating back-ordered information in a systematic format, the document aids in the management of government contracts and compliance with federal procurement processes, emphasizing the significance of timely parts supply in successfully executing government-funded projects. Overall, the log serves as an important tool for transparency and accountability in managing federal resources and projects.
    The document outlines a Request for Proposal (RFP) for maintenance services related to occupied and vacant residences, reflecting federal and local guidelines. It specifies various service packages including basic inspections, routine maintenance, and cleaning tasks, with estimated quantities for each task. The scope includes a range of activities such as inspections, cleaning of different facilities, painting, flooring repairs, replacement of fixtures and appliances, as well as exterior maintenance tasks like trimming shrubbery and trash removal. Each line item is accompanied by references to specific Performance Work Statements (PWS), maintaining a structured approach to ensure compliance with prescribed standards. The overarching goal is to facilitate an efficient, well-maintained housing environment, emphasizing quality maintenance in accordance with federal requirements. By detailing the expected services and quantities, the proposal serves as a comprehensive guide to potential contractors, facilitating competitive bidding while ensuring adherence to the necessary safety and operational standards.
    The document outlines a Request for Proposal (RFP) for maintenance services labeled "AFH - BETWEEN OCCUPANCY MAINTENANCE." It details various service categories, including inspections, routine maintenance, cleaning, repairs, and replacements associated with different areas of property management. Specific quantities and tasks are specified, such as basic inspections, cleaning of floors and basements, and various repair jobs extending to installations of doors, appliances, and fixtures. The document adheres to the Performance Work Statement (PWS) standards, indicating compliance requirements. The key components include inspections for occupied and vacant properties, cleaning frequency and scope, and detailed descriptions of work packages encompassing various building sizes. The extensive listing includes specific metrics, such as the number of units, area in square meters, and types of materials for replacement. This structured approach reflects the government's commitment to maintaining high property standards and ensuring the safe, efficient upkeep of facilities. The RFP serves as a formal invitation for contractors to engage in these services, underscoring the governmental focus on operational efficiency and adherence to established protocols.
    This pre-solicitation notice addresses questions regarding a recompete contract for property maintenance linked to the previous contract W912CM-19-D-0005. The maintenance requirement involves a varying number of properties at multiple locations, with details outlined in attachments. Properties require maintenance primarily when military members leave or before new arrivals. The primary contractor and any subcontractors must hold ISO 9001 certification. Additionally, interested parties can find the referenced attachments on SAM.gov as part of the solicitation announcement. This document serves as an essential guide for potential contractors to understand the expectations and requirements surrounding the maintenance of military properties, ensuring compliance and quality standards are met.
    The document serves as a solicitation for a contract regarding non-personal services for Between Occupancy Maintenance (BOM) of Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH) within the US Army Garrison (USAG) Wiesbaden, Germany. The contractor is tasked with providing various maintenance services, including inspections, cleaning, preparation for painting, and repairs, to ensure housing units are operational and prevent damage. The procurement process encompasses a wealth of details including the contract minimum and maximum quantities and values, with a total expected value of €18 million over a five-year period. The contract establishes specific performance requirements, emphasizes quality control, and outlines expectations regarding inspections and Government oversight. Key dates include a solicitation issue date of December 17, 2024, with offers due by January 17, 2025. The document also defines contractor responsibilities in compliance with security, environmental regulations, and required training, along with measures to ensure safety and compliance with German laws. Overall, this solicitation is a critical component of ensuring well-maintained military housing, contributing to the overall mission viability of the US Army in Germany.
    The document outlines Amendment 0001 to Solicitation W912CM25R0001 for the Between Occupancy Maintenance (BOM) services at US Army Garrison Wiesbaden, Germany. It modifies the original Request for Proposals (RFP) in response to industry inquiries, extending the proposal submission deadline to January 31, 2025. The amendment includes answers to questions while correcting references and documentation errors, clarifying requirements for past performance questionnaires, and adjusting specifications for proposal formatting. Key points include the clarification of required certifications for contractors, stipulations regarding the completion and submission of proposals, quality control expectations, and details on the operational framework for contractors delivering services. The solicitation aims to ensure that the government receives comprehensive and well-coordinated technical proposals, reflecting both service expectations and evaluation criteria for past performance. Overall, this amendment signifies the government's efforts to assist potential contractors in successfully navigating the procurement process while maintaining operational standards essential for effective service delivery.
    The document serves as an amendment to a federal solicitation for the "Between Occupancy Maintenance" (BOM) contract for Army Family and Unaccompanied Personnel Housing at USAG Wiesbaden, Germany. It addresses questions from industry stakeholders and provides critical updates to the Performance Work Statement (PWS), specifically the separation of Historical Workload data into a standalone attachment. Key highlights include the contract's non-personal service scope, detailing the contractor's responsibilities for maintenance activities such as inspections, cleaning, and repairs, and adherence to quality control measures. The amendment emphasizes the importance of contractor employee training on safety and compliance with local laws, including environmental and anti-terrorism training. It addresses critical contractor obligations, such as security requirements, reporting protocols, and the necessity for personnel to maintain a quality control plan. The contract structure also includes detailed descriptions of deliverables, timelines, and operating procedures, outlining the contractor's role and obligations to ensure consistent, high-quality service delivery in accordance with government standards. This amendment reflects the government's ongoing commitment to optimizing housing conditions for U.S. military personnel while adhering to stringent operational guidelines.
    The document outlines a Request for Proposal (RFP) for Between Occupancy Maintenance (BOM) services for Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH) at USAG Wiesbaden, Germany. It specifies the services to be provided, including inspections, cleaning, minor repairs, and maintenance of vacant quarters to ensure they remain operational and habitable. The solicitation includes important dates, such as the proposal due date of January 31, 2025, and outlines the structure for past performance evaluations and submission requirements. It responds to contractor inquiries regarding submission deadlines, required documentation, and the format for proposals. The contract emphasizes contractor qualifications, including the necessity for key personnel to have appropriate certifications and experience. Quality Control Plans and compliance with safety and environmental regulations within German law are mandated. The focus on detailed performance metrics, contractor responsibilities, and the regulatory framework demonstrates the government's commitment to executing thorough maintenance and ensuring compliance with established standards. Overall, the RFP emphasizes the importance of service quality and adherence to safety guidelines in providing effective maintenance services for military housing.
    The document outlines a Request for Proposals (RFP) for non-personal services concerning Between Occupancy Maintenance (BOM) for Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH) at US Army Garrison Wiesbaden, Germany. It establishes detailed requirements for maintenance services such as inspections, cleaning, painting, floor repair, and grounds maintenance. Key points include the due date for offers, which has been extended to January 31, 2025, and the importance of historical workload data for proposals, which has been updated and made available separately. The RFP also specifies requirements for deliverables, qualifications, and the roles of key personnel involved in the execution of the contract. Essential training and security measures related to personnel are emphasized, alongside mandatory compliance with safety and environmental standards. Clarifications and adjustments to the process, including a focus on timely submissions and maximum contract value, aim to ensure rigorous oversight and quality control. Overall, the document serves as a structured solicitation for competent contractors, promoting a clear understanding of responsibilities, expectations, and compliance protocols in the execution of housing maintenance services.
    Lifecycle
    Similar Opportunities
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    Repair Railroad Facilities, USAG Bavaria, Grafenwoehr Military Community (W912PB25BA001)
    Dept Of Defense
    The Department of Defense is seeking contractors to repair railroad facilities at the USAG Bavaria, Grafenwoehr Military Community in Germany. The project involves comprehensive repairs to tracks, bridges, culverts, ramps, switches, and signaling facilities, adhering to railroad signal regulations at Tower Barracks and Rose Barracks. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a guaranteed amount of €20,000 and an estimated maximum value of €5,000,000, spanning from April 1, 2026, to March 31, 2031. Interested parties should note that the solicitation is expected to be issued around January 15, 2026, with bids due approximately by February 17, 2026, and must comply with German law to be eligible for consideration.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    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.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.