HARRY S. TRUMAN LAKE PROJECT - FY25 VISITOR CENTER AND PROJECT OFFICE JANITORIAL
ID: W912DQ25Q1019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, 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, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide janitorial services for the Harry S. Truman Lake Project in Missouri. The contractor will be responsible for maintaining clean and sanitary conditions at the Project Office and Visitor Center, including the provision of all necessary personnel, equipment, supplies, and materials as outlined in the performance work statement. This procurement is crucial for ensuring a welcoming and hygienic environment for visitors and staff at the facility, with services required to meet established performance standards on a daily, weekly, and monthly basis. Quotes are due by February 6, 2025, at noon CST, and interested parties should contact Angella Curran at angella.curran@usace.army.mil or 816-389-3816 for further information. The contract is set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes options for two 12-month renewals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) from the U.S. Army Corps of Engineers for janitorial services at the Harry S. Truman Dam and Reservoir Project Office and Visitor Center. Quotes are due by February 6, 2025, at noon CST, and the solicitation is set aside for small businesses under NAICS code 561720 with a size standard of $22 million. The contractor will be responsible for maintaining clean, sanitary conditions across various facilities, providing all necessary supplies and equipment. Services are required to uphold performance standards for daily, weekly, and monthly tasks, including deep cleaning and waste disposal. Two 12-month option years for contract renewal are available. Additionally, the contractor must comply with quality control, safety, security, and insurance requirements set forth in the contract. The document emphasizes the importance of contractor accountability, regular performance evaluations, and ensuring a clean environment for the public and employees at the facility. Overall, this issuance reflects the government's initiative to engage small businesses in providing essential services while adhering to federal procurement guidelines.
    The document outlines vendor information required for participation in government Requests for Proposals (RFPs) and grants. Key details include the offeror's name, address, phone number, email, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, and Tax Identification Number (TIN). The form necessitates the offeror's signature and the date of signing to confirm the authenticity and agreement to the terms outlined in the RFP or grant. This structured collection of data is crucial for maintaining accurate records and ensures compliance with federal and state contracting regulations. Thus, the document serves as a foundational element for securing government contracts by formalizing the identification of potential vendors.
    This document outlines the requirements for a Related Experience Form, necessary for all offerors participating in a government solicitation. The form is a critical component that must be completed to demonstrate an offeror's contracting background and relevant experience in relation to the work specified in Section C of the solicitation. Offerors are required to provide between one and three examples of their previous work, including details such as the contract number, the agency or firm for whom they worked, contact information, and a description of duties performed. This information must be relevant to the proposal at hand, and offerors should include any relevant training that enhances their capability to perform the outlined tasks. The focus is on ensuring responsive and responsible submissions, thereby enhancing the evaluation process for potential contract awards.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed to gather contractor performance evaluations for federal and state projects. The questionnaire requires contractors to provide basic information such as names, contract numbers, and project details, distinguishing between roles as prime contractors or subcontractors. Clients assess the contractor’s performance across various criteria, including quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and security. Each category includes specific metrics rated on a scale from Exceptional to Unsatisfactory. The document underscores the importance of past performance in bid evaluations, encouraging clients to submit their assessments directly to the offeror or, if preferred, to the USACE. This structured feedback mechanism aims to improve contractor accountability, ensuring they meet specified contractual requirements and enhance quality in government contracting opportunities. Overall, the PPQ acts as a critical tool for assessing contractor capabilities and their history of fulfilling government contracts effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Campground and Park Facility Cleaning Services Beaver Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified small businesses to provide campground and park facility cleaning services at Beaver Lake in Arkansas. The procurement involves janitorial services for 11 parks, including regular cleaning, preseason maintenance, and power washing of various structures and playgrounds. This contract is a 100% Small Business Set-Aside under NAICS Code 561720, with a base period and four optional periods extending until December 31, 2029, and a minimum guarantee of $2,500 for the initial term. Interested parties should attend a pre-bid meeting on February 27, 2025, and submit their quotes electronically by March 25, 2025, with all required documentation, including a pricing schedule and signed amendments. For further inquiries, contact Ashley Stokes at ashley.m.stokes@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    PR Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking proposals for park cleaning services under a total small business set-aside. The procurement aims to secure janitorial services classified under NAICS code 561720, which encompasses housekeeping and custodial janitorial tasks essential for maintaining the cleanliness and upkeep of park facilities. This opportunity is crucial for ensuring a safe and pleasant environment for users of the parks managed by the Army. Interested small businesses should reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details and to express their interest in the solicitation.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    Grounds Maintenance Services for Facility MO015 at Joplin, MO
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.
    Office Janitorial and Park Cleaning Services Lewisville Lake Denton County
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking bids from small businesses for janitorial and park cleaning services at Lewisville Lake in Denton County, Texas. The contract includes a base period of one year, with the option for four additional one-year extensions, requiring comprehensive service details such as personnel, supplies, and adherence to quality standards as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining clean and safe public spaces, thereby enhancing community welfare and environmental stewardship. Quotations are due by February 24, 2025, and interested parties must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) while ensuring compliance with all regulatory requirements, including registration in the System for Awards Management (SAM). For further inquiries, potential bidders can contact Diana Robinson at DIANA.W.ROBINSON@USACE.ARMY.MIL or Baisy Lanzo at baisy.j.lanzo@usace.army.mil.
    Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking qualified contractors to provide park cleaning services. The procurement aims to ensure the maintenance and cleanliness of designated park areas, which is essential for promoting a safe and enjoyable environment for visitors and the community. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 561720 for Janitorial Services. Interested parties can reach out to Kimberly Logan at kimberly.a.logan@usace.army.mil or by phone at 817-319-8296 for further details regarding the solicitation process.
    Grounds Maintenance Services for MO001, Belton, MO
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Grounds Maintenance Services for the facility located in Belton, Missouri. The contract, identified by requisition number W911SA25QA073, encompasses essential services such as basic grounds maintenance, weed control, and seasonal cleanup, with a total award amount of approximately $9.5 million for the period from February 18, 2025, to March 31, 2026. This procurement is particularly significant as it aligns with federal initiatives to promote diversity in contracting, targeting women-owned small businesses. Interested parties should reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with the outlined federal regulations and requirements.
    The U.S. Army Corps of Engineers, Kansas City District, has a need for Playground Equipment at its Harry S. Truman Project Office in Warsaw, MO.
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide playground equipment for the Harry S. Truman Project Office located in Warsaw, Missouri. The procurement involves supplying and installing playground structures, surfacing, and ensuring compliance with ADA standards and safety regulations, with a completion deadline set for September 21, 2025. This initiative aims to enhance public recreational facilities, promoting outdoor activity and community engagement among children and families. Interested vendors must submit their offers by March 3, 2025, at 12:00 PM local time, and are encouraged to contact Myleesa France at myleesa.s.france@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.