Joint Recruiting Facilities Janitorial Services Group 1
ID: W9123624Q5029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide janitorial services for Joint Recruiting Facilities in Virginia. The procurement involves a Total Small Business Set-Aside and requires contractors to deliver cleaning services on a schedule of either two or three days per week, depending on the facility size, while adhering to strict cleanliness and sanitation standards. This contract is crucial for maintaining a safe and healthy environment for military personnel and visitors at recruitment centers. Interested bidders must submit their quotes by September 9, 2024, at 2:00 PM EST, and can direct inquiries to Michael Stevenson or Stormie Wicks via email or phone for further clarification.

    Files
    Title
    Posted
    The Norfolk District Combined Solicitation Synopsis W9123624Q5029 outlines a Request for Quotations (RFQ) for janitorial services, designated as a 100% Total Small Business Set-Aside. The anticipated contract will be a firm fixed price for one Base Year and two Option Years, requiring contractors to provide all necessary labor and materials per the Statement of Work. Interested small business vendors must submit a completed bid schedule, signed amendments, and technical information regarding their capabilities and past performance. Evaluation criteria prioritize technical capability, past performance, and price, with a focus on providing the best value to the government. Contractors must have a successful history in similar work to qualify and will be subject to a pre-award survey before contract award. The document also specifies wage determinations for various locations and outlines detailed submission procedures, required insurance, and contract administration processes, including invoice requirements for timely payment.
    The Norfolk District Combined Solicitation Synopsis W9123624Q5029 seeks janitorial services for US Army Corps of Engineers leased spaces, referred to as Group 1. The primary objective is to maintain these facilities to a specified standard, ensuring they are clean, sanitized, and aesthetically pleasing. This involves regular cleaning tasks such as trash removal, vacuuming, mopping, and dusting, with a focus on high-touch surfaces. The contract also includes periodic deep cleaning, shampooing of carpets, and high dusting. The janitorial services are required twice or three times weekly, with additional monthly, quarterly, and annual cleaning schedules. The government specifies environmentally friendly products and emphasizes infection control practices. Contractors must provide a Quality Control Program, ensuring inspections and corrective actions for unsatisfactory performance. The government will evaluate contractor performance and may deduct payments for deficiencies. The contract emphasizes the need for identification and background checks for contractor personnel working in federal facilities. The work schedule must be approved by the Real Estate POC and any changes made with advance notice. The contract includes emergency cleaning requirements for unexpected incidents. The procurement seeks a comprehensive solution, with contractors responsible for their own equipment, supplies, and transportation. The estimated value and contract type are not explicitly mentioned in the files provided. However, the emphasis on detailed requirements and quality control indicates a firm commitment to thorough janitorial services. Deadlines and key dates are not explicitly mentioned but will likely be outlined in the solicitation document.
    Each file details a multi-year procurement plan for office spaces across various locations in Virginia. The primary objective is to secure these spaces for government use, with a focus on the base year's requirements and optional future expansions. The specified quantities and unit measurements refer to the number of offices needed and the corresponding square footage. Group 1, which includes Bristol, Wytheville, Danville, Martinsville, and Roanoke cities, outlines the required office space in terms of square footage for each location. The "Price per Month" and "Total Evaluated Price" columns offer a glimpse into the financial considerations, with the latter providing prices for the base year and two optional years. The files also briefly touch on the contract's potential timeline, emphasizing the immediate focus on the base year's requirements and the option to extend for two additional years. However, the specific evaluation criteria for selecting suitable office spaces and the contract details are not explicitly mentioned. Instead, the primary emphasis is on the quantifiable needs for each location.
    This document outlines a government request for proposal (RFP) related to service provisions across various cities in Virginia, specifically targeting locations within Group 1 - West. Each city listed (Bristol, Wytheville, Danville, Martinsville, and Roanoke) details a contract structure spanning a base year and two option years. Each city specifies a consistent quantity of services (12 months) across the different timeframes, paired with respective square footage totals. The cities are connected by their location and the common theme of requiring a uniform service provision framework. Additionally, the final section mentions total evaluated pricing for the base and option years, implying budget considerations in securing contracts. This summary highlights the general structure and intent of the RFP, showcasing the consistency in city requirements and an emphasis on pricing evaluation for potential service vendors.
    The document outlines a Specification Guide for Janitorial Services required by the U.S. Army Corps of Engineers. Its primary purpose is to detail the expectations and requirements for contractors providing cleaning services to government-leased facilities. Services must occur either two or three times weekly, involve specific tasks like trash removal, vacuuming, disinfecting high-touch surfaces, and maintaining restrooms, all while minimizing interference with government operations. Contractors are responsible for providing necessary materials and using environmentally friendly cleaning products, emphasizing adherence to industry standards. A Quality Control Program must be established, with regular inspections and monthly performance evaluations to ensure compliance. The document also stresses the importance of proper identification and background checks for personnel working on federal property. Emergencies require swift responses from contractors, while failures to meet performance standards could result in financial penalties or contract termination. The guide serves as a comprehensive framework ensuring cleanliness, safety, and accountability within federal facilities, aligning with RFP standards in government contracting.
    The government seeks to procure the services of a commercial real estate professional for a specific property, titled Piedmont Mall and located at 325 Piedmont Drive, Danville, Virginia. The main objective is to lease approximately 3,800 square feet of commercial space, as detailed in Exhibit A. The focus is on securing a suitable tenant for this space, with the potential for long-term occupancy preferred. The exhibit also mentions specific requirements and considerations, likely including them in the lease agreement. These refer to the need for a shared loading dock and dumpster and a requirement for the tenant to obtain liability insurance. The leasing process seems to be managed by a government agency, possibly a city or state authority, which has prepared this exhibit to outline the essential details of the procurement. This exhibit serves as a concise overview, and further information might be provided in the full RFP document.
    The document outlines spatial specifications and site details for military recruitment centers located in Virginia, specifically the Armed Forces Career Center and recruiting offices for the Army and Marine Corps. It provides measurements for various areas, including men's and women's restrooms, a lobby, and additional amenities. The Piedmont Mall location is specified with a total area of 3,800 square feet, while the Liberty Fair Mall has a slightly smaller area of 2,409 square feet. The physical design measurements indicate rooms and fixtures, such as a janitor’s closet and sinks, facilitating practical planning for renovations or space utilization. This information pertains to federal and local RFPs, likely serving as a foundational reference for prospective contractors intending to submit proposals for construction or renovation projects within these government facilities. The structured layout emphasizes the need for precise measurements and functional design in military recruitment settings, ensuring compliance with operational requirements. Overall, the document serves as a relevant reference for stakeholders involved in government contracting within the specified regions.
    The document outlines the janitorial services required for military facilities as specified in a government Request for Proposal (RFP). Services include daily, weekly, monthly, and quarterly tasks such as trash removal, restroom sanitation, floor cleaning, and high-touch surface disinfection. Contractors must maintain high cleanliness standards, ensuring surfaces are free of rust, water rings, and stains. Specific tasks are scheduled at different frequencies, with particular attention to detail on disinfection practices. The importance of using identification badges while on-site is emphasized, and a checklist is provided for contractors to certify task completion. The document aims to ensure compliance with cleanliness and sanitation standards in military facilities, reflecting the government's commitment to maintaining safe and healthy environments for personnel.
    The document outlines Amendment 0002 for the Joint Recruiting Facilities Janitorial Services Contract, effective August 23, 2024. Key changes include the complete replacement of three attachments: the Group 1 Bid Schedule, Statement of Work for the Armed Forces Janitorial Service Contract, and Group 1 Floor Plans, all designated as AMEND 0002. Importantly, the requirement for HVAC filter replacement has been removed. The Combined Solicitation Synopsis dated August 7, 2024, is entirely replaced with a new version reflecting these updates. Two bidder inquiries are addressed; the government will not disclose current cost estimates or previous contract prices and confirms that FAR 52.222-54 (Employment Eligibility Verification) is not applicable to this solicitation. The deadline for bids remains unchanged, and bidders must acknowledge all amendments in their submissions. This amendment serves to clarify and formally update the solicitation documents, ensuring potential contractors have the most current information for the bidding process.
    The document outlines Amendment 0003 for the Joint Recruiting Facilities Janitorial Services RFP, dated 26 August 2024. It addresses various inquiries from bidders and provides clarifications. Key points include the unavailability of square footage for carpeting, the absence of brand preferences for supplies, and the mandatory registration in the System for Award Management (SAM) for bid submission. Furthermore, proof of insurance is not required at the bid submission stage, as the relevant section has been removed. The anticipated contract award date is set for no later than 30 September 2024, with a reminder that the due date for quotes remains unchanged. This amendment serves to ensure clarity in the bidding process, reinforcing compliance with federal standards and facilitating a competitive bidding environment for contractors interested in providing janitorial services.
    The document outlines Amendment 001 to the Request for Proposal (RFP) W9123624Q5029 for Janitorial Services for Joint Recruiting Facilities, which updates the due date for quote submissions from September 6, 2024, to September 9, 2024, at 2:00 p.m. EST. It provides responses to bidder inquiries, emphasizing that no site visits or individual meetings will be held and directing all requests for information to specified government contacts via email. It also clarifies procedures for submitting quotes and filling out the Bid Schedule, highlighting the need for clear and structured pricing input across multiple years. The amendment is officially approved by Contracting Officer Stormie Wicks, ensuring adherence to procurement protocol. This document serves to clarify procedures and ensure potential bidders have the necessary information to submit their quotes effectively.
    The Norfolk District of the Army Corps of Engineers has issued a combined synopsis/solicitation (RFQ W9123624Q5029) for janitorial services, categorized as a 100% Total Small Business Set Aside to encourage small business bids. The anticipated contract will cover one base year with two optional years, requiring firms to submit a completed bid schedule, signed solicitation amendments, and technical information by September 9, 2024, at 2:00 PM EST. The scope of work includes janitorial services for specified locations in Virginia, with wage determinations applicable to different regions. Proposals will be evaluated based on technical capabilities, past performance, and pricing, with an emphasis on providing the best overall solution. Interested contractors must demonstrate relevant experience through three similar past projects and comply with various regulatory clauses. The document outlines submission instructions and highlights the necessity for active registration in the System for Award Management (SAM). This proposal reflects the government's ongoing commitment to obtaining quality services while fostering opportunities for small businesses in the federal contracting space.
    The Norfolk District Army Corps of Engineers seeks quotations for janitorial services at multiple locations under a firm-fixed price contract. The primary goal is to maintain specified spaces according to provided floor plans and a detailed checklist. The contract would span one base year, with the potential for two option years. Successful bidders will be evaluated based on their technical capabilities, past performance, and price. The technical evaluation focuses on three past projects demonstrating the bidder's ability to meet customer expectations. Past performance will be assessed using the Contractor Performance Assessment Reporting System. The scope of work entails routine cleaning, including dusting, mopping, and trash removal, with specific tasks outlined in the statement of work. Contractors must provide all necessary personnel and materials. Key dates include a pre-award survey for shortlisted bidders and a submission deadline of 2:00 p.m. EST on September 6, 2024. Prospective contractors should adhere to the specified insurance requirements and be aware of the incorporated clauses and representations regarding various certifications and compliance matters.
    The document is a Wage Determination issued under the Service Contract Act by the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits for various occupations in Virginia, particularly for contracts subject to the Act. It emphasizes compliance with Executive Orders 14026 and 13658, requiring contractors to pay covered workers at least $17.20 per hour (or higher rates specified) if contracts are awarded or renewed after January 30, 2022, and $12.90 for contracts from January 1, 2015, to January 29, 2022. The wage determination includes detailed occupation codes and corresponding wage rates for numerous jobs ranging from administrative support to technical occupations, with mandated fringe benefits totaling $5.36 per hour for health and welfare. Key requirements also include providing paid sick leave as per Executive Order 13706 and additional considerations for unlisted classifications through a conformance process. The document serves as a crucial resource for contractors and subcontractors engaged in federal projects, ensuring fair wage practices and worker protections in accordance with federal labor laws.
    The document outlines the "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor. It specifies minimum wage requirements for contractors engaging in service tasks in Virginia counties, mandating at least $17.20 per hour for contracts after January 30, 2022, or $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Various occupations are listed with corresponding wage rates and fringe benefits, totaling $5.36 per hour for health and welfare. The document includes provisions related to vacation, holidays, paid sick leave, and classifications for unlisted job roles under the conformance process. It emphasizes compliance with Executive Orders regarding wage and employee rights, ensuring fairness in compensation for federal contractors. The key takeaway underscores the importance of adhering to specified wage rates and worker protections while executing federal contracts, reflecting the government's commitment to equitable labor standards and employee well-being across service occupations.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It mandates compliance with minimum wage standards under Executive Orders 14026 and 13658, requiring contractors to pay covered workers at least $17.20 or $12.90 per hour based on contract dates starting in 2022 or earlier. The file includes detailed occupational wage rates for various job titles in Virginia's Danville, Halifax, and Pittsylvania counties, with fringe benefit requirements such as health and welfare contributions. Key provisions highlight annual adjustments to minimum wage rates, contractor obligations under Executive Orders, and the conformance process for unlisted classifications through the Standard Form 1444. Occupational classifications span administrative roles to technical positions, detailing rates and fringe benefits, such as paid sick leave and vacation time. Additional segments address uniform allowances and hazardous pay differentials applicable to specific roles. Overall, the document aims to ensure fair compensation and protection for workers engaged in government contracts, reflecting the Department of Labor's commitment to uphold worker rights within federal, state, and local government procurement frameworks. The clarity in wage determinations serves as a critical resource for contractors and employees navigating compliance with labor regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    Robert S. Kerr Powerhouse Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District Corps of Engineers, is seeking qualified contractors to provide janitorial services at the Robert S. Kerr Powerhouse located in Keota, OK. The procurement encompasses labor, supervision, transportation, equipment, and supplies necessary to perform janitorial services in designated areas of the facility, with a contract term consisting of a base year plus four option years. These services are crucial for maintaining cleanliness and operational efficiency within the powerhouse, which plays a significant role in the region's energy infrastructure. Interested parties can reach out to Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079, or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL or 918-669-7043 for further details.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    Williston - Admin and T&E Janitorial
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business contractors for the "Williston Project Admin and T&E Janitorial Cleaning" service in Williston, North Dakota. This procurement involves a fixed-price, performance-based service contract that requires the contractor to provide all necessary labor, supervision, personal protective equipment (PPE), supplies, equipment, and transportation for janitorial services at the Administration and T&E Buildings. The contract is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive working environment for personnel. Interested parties should note that the solicitation is expected to be issued on or about September 6, 2024, with a closing date around September 20, 2024. For inquiries, contact Jacob Thomas at jacob.j.thomas@usace.army.mil, and ensure registration in the System for Award Management (SAM) is completed to access solicitation documents.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Rental of Port A Johns
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors for the rental of six Port A John stations to support personnel operations. The contractor will be responsible for the installation, maintenance, and service of these portable restrooms, ensuring compliance with safety regulations and providing necessary amenities such as water, soap, and towels. This procurement is crucial for maintaining sanitation standards at the shipyard, with a contract period starting from September 23, 2024, to March 22, 2025, and options for six-month extensions. Interested small businesses must submit their quotes by September 16, 2024, at 5:00 PM EST, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or call 757-396-9694.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Building 8500 Carpet Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide carpet cleaning services for Building 8500 at Vandenberg Space Force Base in California. The contractor will be responsible for delivering all necessary labor, materials, equipment, and supervision to complete a one-time carpet cleaning service in accordance with the Performance Work Statement (PWS). This service is crucial for maintaining the cleanliness and upkeep of the facility, ensuring a safe and pleasant environment for personnel. Interested small businesses are encouraged to review the solicitation and its amendments, with inquiries directed to Kristian Martin Perlas at kristianmartin.perlas.2@us.af.mil or by phone at 530-634-9179. The procurement is set aside for small businesses under FAR 19.5, and the deadline for submissions is yet to be specified.
    Janitorial Services at Hydro Plants
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking qualified small businesses to provide janitorial services at the Sam Rayburn Powerhouse and R.D. Willis Power Plant in Jasper, Texas. The contract entails a firm-fixed price for a duration of 60 months, requiring the contractor to supply all necessary labor, materials, and equipment to execute non-personal janitorial services as outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational efficiency at the facilities, ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, with the solicitation anticipated to be issued around September 9, 2024. Interested parties should contact Gary Rizzolo at gary.s.rizzolo@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further information.