US Armed Forces Recruiting Center Janitorial
ID: W9123825QA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals from qualified small businesses to provide janitorial services for its recruiting center located in San Pablo, California. The contractor will be responsible for comprehensive cleaning services, including management, supervision, and the provision of all necessary personnel and materials, with services to be performed three times a week during normal business hours. This contract, valued at approximately $22 million over several option years, emphasizes participation from women-owned small businesses and aligns with federal initiatives to enhance small business involvement in government contracts. Interested vendors must submit their proposals by April 22, 2025, and direct any inquiries to Henry Barron at henry.barron@usace.army.mil.

Files
Title
Posted
Apr 15, 2025, 4:05 PM UTC
The Specification Guide for Janitorial Services outlines the requirements for providing cleaning services specifically for U.S. Army Corps of Engineers' facilities under 3,000 square feet. Services will be conducted three times a week during normal business hours, with a focus on cleanliness, health, and safety using environmentally friendly products. The contractor must manage all labor, tools, and supplies, ensuring that cleaning tasks are completed according to a detailed checklist. Important guidelines include maintaining the presence of a Military Service Representative during cleaning, ensuring compliance with security measures, and strict adherence to scheduled tasks, including periodic cleaning like carpet cleaning and restroom maintenance. All work should minimize interference with government operations and ensure the facility's property is protected. The contractor is responsible for providing quality assurance through inspections and corrective actions while also training their staff on safety and security protocols. A strong emphasis is placed on sustainable practices and efficient communication with government representatives to foster a collaborative work environment. Overall, this document serves to establish clear standards for maintaining a clean and safe environment at military recruitment facilities.
Mar 17, 2025, 6:06 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide janitorial cleaning services for the FY25 San Pablo Janitorial Contract. The contract includes a base year and four option years, with a total value of $22 million. Services are required to be performed three times a week, with flexibility for additional cleaning as needed. The contractor must notify designated military representatives about scheduling changes. The place of performance is located at 14272 San Pablo Ave, San Pablo, CA. The document includes details such as contact information for inquiries, solicitation number, and references to applicable Federal Acquisition Regulation (FAR) clauses, emphasizing compliance requirements for federal contracts. Key contract terms include the provision for a firm fixed price arrangement, delivery schedules, and inspection criteria. To facilitate compliance with federal mandates, specific clauses related to small business status, labor standards, and various certifications must be adhered to. The overarching goal is to ensure fair business opportunities for small and disadvantaged businesses while maintaining quality and efficiency in service delivery to government facilities.
Apr 15, 2025, 4:05 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide janitorial services for the FY25 San Pablo Janitorial Contract. It includes key details such as contract and solicitation numbers, timelines, and premises of work located at San Pablo, CA. The contract terms specify that cleaning services are to be performed three days a week between 9:00 a.m. and 5:00 p.m., with potential additional cleaning days as necessary. The contractor is responsible for notifying designated military representatives regarding schedule changes. The total contract value is approximately $22 million, encompassing several option years. The solicitation references numerous federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to ensure compliance and transparency. This RFP emphasizes small business participation, especially from economically disadvantaged groups, aligning with federal initiatives to enhance the involvement of small businesses in government contracts. The document provides a structured framework for vendors to respond while adhering to specific regulatory requirements, showcasing the government's commitment to equitable procurement practices and support for women-owned enterprises.
Apr 15, 2025, 4:05 PM UTC
This document is an amendment to a solicitation for a contract, specifically concerning an adjustment in the proposal due date. The primary purpose of the amendment is stated in Section 14, indicating the new proposal submission deadline of April 22, 2025, extending it from the original date of April 18, 2025. Offers must be acknowledged by the contracting office through various specified methods, including returning copies of the amendment or via electronic communication. The document emphasizes that failure to acknowledge the amendment by the specified time may lead to the rejection of offers. Additionally, it includes standard contract modification provisions, which remain unaffected except as specifically stated. The amendment follows federal guidelines under the Federal Acquisition Regulation (FAR) for managing changes to solicitations and contracts, thereby ensuring compliance and maintaining the integrity of the procurement process.
Apr 15, 2025, 4:05 PM UTC
The document titled "Register of Wage Determinations under the Service Contract Act" outlines wage and benefit requirements for federal contracts applicable to California counties of Alameda and Contra Costa. Revision No. 25 was issued on December 23, 2024, indicating wage rates that must be paid to workers under determining Executive Orders 14026 (minimum wage of $17.75/hour) and 13658 ($13.30/hour), contingent upon contract dates. Detailed wage rates for various occupations—from administrative support roles to complex technical positions—are provided, emphasizing compliance with the Service Contract Act. Notably, an array of fringe benefits, including health and welfare, vacation time, and holidays, is also stipulated, further enhancing worker protections. The document serves as a crucial resource for contractors bidding on public contracts, ensuring adherence to labor standards while fostering fair compensation practices. Overall, it emphasizes the government's commitment to safeguarding workers' rights and stipulating necessary wage determinations for contractors engaged in service work across federal projects.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Janitorial Services, Recruiting Center, Wareham, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking qualified contractors to provide janitorial services for the Recruiting Center located in Wareham, MA. The contract requires the contractor to furnish all labor, materials, and equipment necessary to perform cleaning services on a bi-weekly schedule, totaling 104 service days at the specified location. This procurement is crucial for maintaining a clean and functional environment for military recruitment activities. Interested vendors must have an active registration in SAM.gov and should prepare for the solicitation, which is expected to be available online around May 5, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
Janitorial Services at USCG Sector San Diego CA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing janitorial services for Sector San Diego, California. The procurement aims to ensure a clean and sanitary environment for military personnel and civilians, with responsibilities including regular cleaning tasks, waste disposal, and adherence to emergency reporting procedures as outlined in the attached Performance Work Statement (PWS). This initiative underscores the USCG's commitment to maintaining high facility standards through meticulous management and skilled personnel under a firm-fixed-price contract, with a total contract duration of up to five years. Interested parties must submit their capabilities and intent to respond by April 29, 2025, to Angela M. Barker at angela.m.barker@uscg.mil.
Annual Carpet Cleaning Services for 81st RD Fort Jackson, SC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual carpet cleaning services at Fort Jackson, SC. The procurement involves a non-personal service contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to perform the cleaning services in accordance with the Performance Work Statement. This service is crucial for maintaining the cleanliness and upkeep of the facilities at the specified location, ensuring a safe and pleasant environment for personnel. The contract period is set from June 1, 2025, to May 31, 2026, with four optional twelve-month extensions and a six-month option to extend services. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
WAREHOUSE DEEP CLEANING SERVICE FOR ROCK ISLAND ARSENAL, IL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking a contractor to provide deep cleaning services at two locations within the Rock Island Arsenal, Illinois. The contractor will be responsible for delivering all necessary personnel, equipment, cleaning supplies, and supervision to perform the specified cleaning services, as outlined in the Performance Work Statement (PWS), with no personal services included in the contract. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, ensuring a safe and hygienic environment. Interested small businesses are encouraged to reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details, as this opportunity is set aside for total small business participation.
U.S. Government Space Required: San Bruno, CA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in San Bruno, California, for a U.S. Armed Forces Career Center. The requirements include a minimum of 1,500 rentable square feet and a maximum of 2,130 rentable square feet, with a lease term not exceeding five years and provisions for government termination rights. This procurement is crucial for establishing a functional recruitment facility that meets operational and safety standards, including on-site parking for government vehicles. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 6:00 PM PDT on April 28, 2025, ensuring compliance with all specified requirements and documentation.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design Bid Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential features such as fire protection systems, energy monitoring controls, and accessibility measures, while adhering to stringent safety and environmental regulations. The estimated contract value ranges between $25 million and $100 million, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil.