Fort Stewart Custodial Services
ID: HE1254024QE017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, 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 Education Activity (DoDEA) is soliciting quotes for custodial services at Fort Stewart, Georgia, under a total small business set-aside contract. The contractor will be responsible for providing a comprehensive custodial program for multiple educational facilities, including Murray Elementary School, Diamond Elementary School, Kessler Elementary School, and the Community Superintendent’s Office, ensuring a clean and safe environment for students without disrupting school operations. This contract, which includes one base year and four option years, is projected to commence on February 1, 2025, and conclude on January 31, 2030, with a total estimated value of approximately $3.4 million. Interested contractors should submit their quotes by September 24, 2024, and can direct inquiries to Marina Porter or Tammy D. Lopez via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for custodial services at Fort Stewart schools under the Department of Defense Education Activity (DoDEA). The primary objective is to maintain a clean, safe, and sanitary environment for pre-kindergarten to 6th-grade students. The contractor will implement a comprehensive custodial program covering various tasks, including daily cleaning, floor maintenance, lavatory services, and cafeteria upkeep, without disrupting school operations. Performance standards require completion of tasks by 2100 each day, with specifics on frequency detailing daily, weekly, monthly, and semi-annual activities. Additionally, the contractor must manage transitions, ensure security, provide qualified personnel, and maintain clear lines of communication with DoDEA representatives. The document emphasizes adherence to safety protocols, scheduling considerations, and the effective use of a Work Management System (WMS) for accountability. This PWS serves both as a guideline for potential bidders responding to the RFP and as a framework for ensuring consistent service delivery within DoDEA facilities.
    The Performance Work Statement (PWS) outlines the requirements for custodial services at Fort Stewart Community Schools, managed by the Department of Defense Education Activity (DoDEA). The contract aims to ensure a clean, safe, and healthy environment for faculty and students across three elementary schools and the Community Superintendent’s Office. Key services include comprehensive custodial maintenance, floor care, restroom sanitation, and cafeteria cleaning, all performed according to specified schedules and quality standards. The contractor must develop a transition plan to ensure smooth service implementation, focusing on continuous operations without disrupting school activities. They are also responsible for maintaining communication with government personnel, ensuring staff competency through adequate training, and safeguarding all facilities and properties. Personnel must meet rigorous conduct standards, including compliance with security and background check requirements, particularly for individuals working in child care settings. The contractor will provide regular reports on service performance and address any deficiencies proactively. The PWS emphasizes quality control, effective management, and compliance with federal regulations, reflecting the government's commitment to maintaining high operational standards in educational environments.
    The document outlines a facility utilization survey for Diamond Elementary School (Building 7080) at Fort Stewart, USA, conducted by the Department of Defense Education Activity (DoDEA). It details the building's area calculations, specifying a Gross Square Footage (GSF) of 124,513 SF based on Army RPI standards, of which roughly 1% is designated for the CAFBHS service. Additionally, the survey utilizes DOA pamphlet 415-28 for GSF calculations, reinforcing the document's alignment with federal guidelines. The survey was completed on April 2022, evidencing a systematic approach to evaluate educational facility utilization. This report is critical for potential federal grants or RFPs as it presents data necessary for understanding facility needs and upgrades, thereby supporting informed decision-making for future educational infrastructure developments within the DoDEA region. Ultimately, the document emphasizes the importance of accurate facility assessments in providing a safe and adequate learning environment for students.
    The document details a Facility Utilization Survey for Kessler Elementary School, located at Fort Stewart, as part of the Department of Defense Education Activity (DoDEA) assessment. The main focus is on building number 7560 and its associated structures, specifically the Main Building and Walk-In Freezer. It outlines the square footage calculations (GSF) based on the Army RPI DoA Pamphlet 415-28 and notes that approximately 1% of Building 7560 is utilized by CAFBHS. A variety of facility features are noted, including lavatories, sliding doors, and storage areas, contributing to overall functional requirements. The survey was conducted in April 2022, with the document structure highlighting floor plans and utility areas, emphasizing the need for detailed facility assessment within the context of federal RFPs and grants. This comprehensive analysis aids in planning for necessary upgrades and ensuring compliance with educational facility standards, reflecting the government’s initiative to enhance educational environments.
    The document outlines a Facility Utilization Survey conducted by the Department of Defense Education Activity (DoDEA) for Diamond Elementary School located at Fort Stewart, USA. It highlights essential details such as the school’s location within the DODEA Americas Southeast region and the survey's date of April 2022. The document includes a map labeling various streets and facilities surrounding the installation, indicating a comprehensive review of the area to assess the school's infrastructure and utilization. The survey's findings, relevant to the school’s operational compliance with government standards, are intended to guide future planning and resource allocation through potential requests for proposals (RFPs) or funding grants to enhance educational facilities. This analysis serves to emphasize the commitment to maintaining educational environments suitable for military families.
    The Fort Stewart Custodial Services document is a Request for Proposal (RFP) related to custodial service provision for various facilities, including schools and the Community Superintendent Office. The proposal outlines a detailed pricing structure, listing specific line item numbers (CLINs) associated with month-long and emergency cleanup services over a five-year period. Each CLIN displays a quantity of services and their associated prices, currently all marked as $0.00, indicating that no amounts have been provided for these items. The document is organized into distinct base year and option year totals, suggesting a structured approach to contract pricing. The purpose of this document is to solicit bids from contractors for the custodial services needed at Fort Stewart, ensuring compliance with government procurement processes. It reflects the need for comprehensive custodial support, including regular maintenance and emergency services to maintain a clean and safe environment in the listed facilities. Although the document's costs are indicated as zero, it serves as a formalized template for potential contractors to submit their competitive quotes for these essential services. Overall, the document highlights the government's commitment to facility maintenance while adhering to structured procurement practices.
    The Fort Stewart Custodial Services RFP (HE1254-24-Q-E017) outlines the requirements for custodial services in educational facilities, primarily concerning the application and compliance responsibilities of potential contractors. The incumbent, International Service Contractor, LLC, currently holds the contract valued at $3,433,728.60. Key requirements include compliance with DFARS clauses regarding cybersecurity assessments, adherence to the Service Contract Act, and provision of all necessary supplies and equipment excluding certain materials furnished by the government. The document includes various inquiries from potential bidders addressing contract specifics, such as wage determinations, cleaning schedules, and site visit information. Contractors are responsible for compliance with security and safety standards, including maintaining cleaning protocols throughout the school year and during summer programs. The RFP emphasizes that it is the contractor's duty to determine the necessary workforce and that the government does not intervene in staff hiring decisions. Overall, the document serves as a guide to help contractors understand their obligations and the terms of the solicitation, ensuring clarity on the scope and requirements necessary for the bid submission process.
    The document outlines the governing directives and regulations relevant to the Performance Work Statement (PWS) for a federal contract. It lists publications and forms categorized as either mandatory or advisory, with a clear obligation for contractors to adhere strictly to mandatory documents while following advisory ones as necessary. Key mandatory regulations include the Occupational Safety and Health Act, various Environmental Protection Agency (EPA) regulations concerning air quality and spill prevention, as well as several Department of Defense Education Activity (DoDEA) regulations related to child abuse reporting, antiterrorism, internal security, and safety programs. The inclusion of safety and environmental guidelines underscores a commitment to compliance and safety standards. The document serves as a foundational reference for contractors to ensure all actions align with federal safety mandates and educational safety regulations, thereby promoting a safe environment while fulfilling operational objectives. These regulations are critical in delineating expectations for behavior and accountability in federal and state-local contract contexts, emphasizing standardized safety practices and reporting procedures essential for successful contract execution.
    The document outlines the building numbers and approximate square footage of educational facilities within the Fort Stewart Schools, along with current student and staff population data for the 2022/2023 school year. The total student count is 1,143, with 240 staff members, resulting in an overall population of 1,383. The details provided include various schools such as Murray Elementary School (Murray ES), Diamond Elementary School (Diamond ES), and Kessler Elementary School (Kessler ES), listing their respective square footage and year built. The total calculated square footage across all noted facilities is approximately 285,729 square feet. The information is intended to be used for future planning or contracting purposes, emphasizing that approximations should remain within a 5% accuracy range. This data could be relevant to potential government RFPs, federal grants, or state/local RFPs seeking to enhance or maintain educational infrastructure within the area.
    The government document outlines workload data related to flooring, restroom facilities, and associated infrastructure across various school buildings and a district office. It presents detailed measurements of different types of flooring materials, amounts of square footage for classrooms, offices, restrooms, and other facilities such as cafeterias and gymnasiums. The data includes statistics about the number of restrooms, toilets, sinks, and other essential furnishings within these structures, reflecting a comprehensive assessment aimed at potential renovation or maintenance projects. The report indicates totals for each facility, such as Murray Elementary, Diamond Elementary, Kessler Elementary, and the District Superintendent Office, encompassing a range of flooring types like vinyl, ceramic, and sheet vinyl. The contractor is advised that the approximations have a margin of error of 5%. This file serves to inform contractors and stakeholders about the current state of school facilities and assists in the formulation of bids for service contracts, as it aligns with the broader context of federal and state RFPs aimed at improving educational environments. Overall, it provides a structured and quantitative foundation for decisions regarding facility upgrades and maintenance.
    The document outlines the Present and Past Performance Questionnaire (PPQ) required for the bid submission of custodial services at Fort Stewart. It specifies that the Offeror must complete their section before sending it to a reference/customer, who will then evaluate the Offeror’s performance based on several criteria. These include compliance with delivery schedules, business practices, adherence to contract requirements, customer satisfaction, and overall performance. The evaluation uses a rating system from Poor/Unsatisfactory to Excellent, alongside space for comments. Additionally, the document requests information from the Offeror, such as firm name, contact details, work performed, and specifics on the reference's evaluation. The purpose of the PPQ is to assess the Offeror's past performance and establish capability in fulfilling contractual obligations, ensuring qualified service providers are engaged for federal projects. The completion of the PPQ is critical for the source selection process as part of the overall procurement strategy.
    The Present and Past Performance Questionnaire (PPQ) serves as a tool for assessing contractors involved in custodial services at Fort Stewart, under the Department of Defense Education Activity’s RFP HE1254-24-Q-E017. Contractors must complete their information before sending the PPQ to their references for evaluation. The document includes a series of contractor and reference information fields, detailing contract specifics such as type, value, and period of performance. The customer, upon receiving the questionnaire, evaluates the contractor across several criteria ranging from compliance with delivery schedules to overall performance quality, rating them from 'Poor/Unsatisfactory' to 'Excellent.' It further inquires whether customers would consider future purchases from the contractor and allows for additional comments. This structured approach aims to ensure comprehensive feedback regarding contractors' histories and adherence to contract requirements, thereby impacting future government contract decisions and awarding processes. Overall, the PPQ is a crucial mechanism in maintaining accountability and quality in federal procurement processes.
    The U.S. Department of Labor has issued Wage Determination No. 2015-4485, Revision No. 24, detailing minimum wage requirements under the Service Contract Act. For contracts awarded after January 30, 2022, contractors must pay covered workers at least $17.20 per hour, or the specified higher rate for 2024, aligning with Executive Order 14026. Contracts between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour under Executive Order 13658 if not renewed after the latter date. The document lists specific wage rates by occupation code for workers in Georgia's Liberty and Long counties, covering various job categories from administrative support to healthcare occupations. Each listed occupation includes hourly wage rates and indicates potential benefits such as health, welfare, and vacation entitlements. This wage determination emphasizes contractor responsibilities for ensuring compliance with labor standards, detailing both minimum wage rates and fringe benefits. It also outlines additional requirements concerning paid sick leave and provides a conformance process for unlisted job classifications. The regulations reinforce the government's commitment to protecting worker rights in federal contracts and ensuring fair compensation for contracted services.
    The document is a request form for obtaining a Fort Stewart/Hunter Army Airfield access control card or extended pass. It includes a privacy advisement explaining the voluntary nature of providing personal information, including Social Security Numbers, for the purpose of installation access. The form requires the applicant to provide personal details such as name, date of birth, race, gender, and contact information, along with the rationale for access and the sponsor's information. The request categories include Non-DoD personnel, contractors, foreign nationals, and family care providers among others. It requires sponsor certification confirming the applicant meets the necessary justification for access. The document concludes with sections for law enforcement verification and official approval or disapproval by the issuing authority. This form is necessary for facilitating secure and regulated access to the military installation while ensuring compliance with federal mandates and records accuracy, thereby strengthening security protocols at Fort Stewart/Hunter Army Airfield.
    The document outlines the maintenance instructions for Triumph and Inertia™ multi-functional and sports rubber tiles by Tarkett USA Inc. It serves as a professional guide for the care and upkeep of these flooring products, detailing the cleaning procedures to ensure optimal performance. Key sections include post-installation cleaning, preventive care, routine daily cleaning, and periodic deep cleaning, emphasizing the importance of using appropriate pH neutral cleaners and specific equipment while avoiding harsh chemicals that could damage the flooring. The document advises an effective barrier matting system and protective measures against furniture to prolong the floor's lifespan. It also includes a maintenance product reference chart listing recommended cleaning solutions from various suppliers. As a technical guide, this document is valuable for government RFPs or local grants that may involve flooring maintenance in public facilities, ensuring compliance with maintenance standards and enhancing the longevity of public flooring assets.
    The document contains a detailed facility utilization survey for Murray Elementary School, located on Fort Stewart. It outlines the dimensions and purposes of various building areas, including classrooms for different grade levels (Pre-K, KG, etc.), specialized facilities (music, art, gym), mechanical rooms, storage, and administrative offices. Each space is cataloged with measurements in square meters (SM) and square feet (SF). Total gross area for Building 7155 is reported as 80,732 SF, with a specified utilization breakdown. The survey serves to assess the building's capacity, functionality, and compliance with educational standards, potentially facilitating future developments or adjustments to funding requests and resource allocations. Overall, this document is critical for understanding space utilization in educational settings as part of planning and managing government resources effectively.
    The document outlines a solicitation for custodial services for the Department of Defense Education Activity (DoDEA) at Fort Stewart, Georgia, specifically targeting women-owned small businesses. The contract will include comprehensive maintenance services across multiple sites, such as schools and administrative offices. Proposals are invited under a competitive small business set-aside, with emphasis on adherence to technical specifications and pricing evaluation as the contract selection criterion. Key sections detail proposal instructions, including submission guidelines, required qualifications, and schedule for deliverables. Offerors must demonstrate technical capability, past performance on similar projects, and provide pricing details compliant with the Performance Work Statement (PWS). Additionally, the solicitation includes clauses regarding site visits, question submissions, and performance metrics. The extensive requirements outlined in this solicitation highlight the government’s commitment to ensuring quality service provision while encouraging participation from women-owned businesses. Overall, this RFP represents an opportunity to engage with federal contracts targeting sustainable business practices and diversity in federal contracting.
    This document represents an amendment to a solicitation, specifically regarding a request for quotes related to custodial services for Fort Stewart. The amendment extends the quote submission deadline from September 19, 2024, to September 24, 2024, at 1 PM. Additionally, it introduces new attachments (9-14), addresses questions from potential quoters through Attachment 14, and includes a revised Performance Work Statement (PWS). Noteworthy is the revision of the Present and Past Performance Questionnaire (PPQ) in Attachment 5. The amendment indicates the necessity for offerors to acknowledge receipt of this amendment and stipulates that failure to do so might lead to rejection of their offers. All terms from the original solicitation remain intact except as explicitly modified in this document. This amendment exemplifies the standard process of ensuring clarity and responsiveness in federal contracting, ultimately facilitating effective solicitation management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fort Stewart Custodial Services
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide comprehensive custodial services for the Fort Stewart Community Schools and the Community Superintendent’s Office in Georgia. The contract will encompass daily cleaning, floor maintenance, lavatory services, cafeteria sanitation, and emergency cleanups, all performed in a manner that does not disrupt educational operations for over 72,000 children within DoDEA's global network. This procurement is critical to maintaining a hygienic and safe environment in educational facilities linked to the Department of Defense, ensuring operational efficiency and compliance with federal standards. Interested parties must register under NAICS code 561720 in the System for Award Management (SAM) and are advised that the solicitation is anticipated to be posted on or about August 29, 2024, with an award date expected around October 23, 2024. For further inquiries, contact Marina Porter at marina.porter@dodea.edu or Tammy D. Lopez at tammy.lopez@dodea.edu.
    DoDEA-Europe Special Needs Student Transportation Service Spangdahlem, Germany
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for the Spangdahlem Student Transportation Services in Germany, aimed at providing transportation for special needs students. This procurement will be conducted under Federal Acquisition Regulation (FAR) Parts 12 and 15, with the intention of awarding a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a potential duration of 4.5 years, which includes a six-month base period and four one-year option periods. The services are critical for ensuring that students with special needs receive reliable and safe transportation to and from educational facilities. Interested vendors should prepare for the Request For Proposal (RFP) solicitation, expected to be posted on the System for Award Management (SAM) website in mid-October 2024, and must ensure they have an active registration in the SAM database by the proposal due date. For inquiries, contact Mileska M. Rodriguez at Mileska.Rodriguez@dodea.edu or Marcia E. Lee at Marcia.Lee@dodea.edu.
    DoDEA-Europe Special Needs Student Transportation Service – Spangdahlem, Germany
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing Special Needs (SPEN/SPED) bus transportation services for the Spangdahlem Military Community in Germany. The selected contractor will be responsible for all aspects of transportation, including personnel, vehicles, and compliance with DoDEA and Host Nation requirements, ensuring safe transport for students and authorized individuals to and from designated schools and activities. This opportunity is crucial for supporting the educational needs of special needs students within the military community, with an anticipated contract start date of February 1, 2025. Interested firms must submit their capability statements by 5:00 PM EDT on September 25, 2024, to the designated contacts, Mileska M. Rodriguez and Marcia E. Lee, and must be registered in the System for Award Management (SAM) database to be eligible for the contract.
    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.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services at the Repair and Supply Base in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The procurement involves a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing, with a firm-fixed price contract intended for a total small business set-aside. This contract is crucial for maintaining high standards of facility management and ensuring a safe and clean working environment, with a performance period from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to strict submission requirements and safety protocols outlined in the associated documents.
    LAUNDRY AND DRY CLEANING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The contract, set aside for small businesses, aims to provide comprehensive laundering and dry cleaning of government-owned items, including various linens and uniforms, while adhering to environmental and safety regulations. This service is crucial for maintaining the health and sanitation standards required for military operations and supporting service members and their families. Interested vendors must submit their price quotes by October 3, 2024, and ensure compliance with federal procurement guidelines, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Keosha Moss at keosha.j.moss.civ@army.mil or Symone Y. Collins at symone.y.collins.civ@army.mil.
    RNEC Data Center Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide a one-time cleaning service for the Data Center located in Building 1550 at Fort Carson, Colorado. The procurement aims to ensure a thorough cleaning of the data center environment, including equipment surfaces, subfloors, and overhead areas, utilizing specialized techniques and equipment to mitigate safety risks associated with contamination. This cleaning service is critical for maintaining optimal operational conditions within the sensitive data center environment, reflecting the government's commitment to operational integrity and personnel safety. Interested parties must submit their quotations electronically by September 24, 2024, and may direct any questions to Duane Howell or Julia Gomez via email before September 20, 2024.
    DoDEA Pacific JROTC Drill Professionals
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking a contractor to provide professional drill instructor services for the Pacific Region's JROTC Drill Competitions from the 2024 to 2029 school years. The contractor must possess a minimum of three years of relevant experience in drill instruction, judging, and military drill movements, and will be responsible for delivering instruction, scoring, and judging during competitions. This initiative is crucial for enhancing the educational and training programs within the DoDEA system, ensuring that JROTC cadets receive high-quality drill training and support. Interested parties should contact Mileska M. Rodriguez at Mileska.Rodriguez@dodea.edu for further details, and must adhere to the submission guidelines outlined in the solicitation documents.
    B729 Duct cleaning
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for duct cleaning services at Building 729. The project involves cleaning and sanitizing various HVAC components, including air handler units, metal ducts, and powered induction units, with a performance period of 90 days post-award. This initiative is crucial for maintaining air quality and operational efficiency within military facilities, ensuring compliance with local, state, and federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can direct inquiries to Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Linen/Mat Rental and Cleaning Services IN, KS, TN, TX
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals for Linen/Mat Rental and Cleaning Services to be provided at multiple military locations, including Arnold AFB, Crane NWSC, Fort Riley, Fort Worth, and McConnell AFB. The contract will cover a base period from December 1, 2024, to November 30, 2025, with options for up to four additional years, requiring contractors to deliver high-quality linens and cleaning services while adhering to strict government regulations. This procurement is crucial for ensuring that military personnel have access to necessary linens and cleaning supplies, thereby supporting operational readiness. Interested contractors must submit their proposals by 3:00 PM on October 3, 2024, and can contact Christina Ellison at christina.ellison@deca.mil or by phone at 804-734-8000 for further information.