W15QKN-25-Q-A206 Custodial Services Marion VA039
ID: W15QKN-25-Q-A206Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, 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 Department of the Army, is soliciting proposals for custodial services at the MG Guy B. Denit USARC located in Marion, Virginia, under solicitation number W15QKN-25-Q-A206. The contract, which is a total small business set-aside, requires the contractor to provide all personnel, supplies, and equipment necessary to maintain a clean and presentable workplace, adhering to a detailed Performance Work Statement (PWS) that outlines specific cleaning tasks and schedules. This procurement is critical for ensuring a hygienic and operational environment for military personnel, with a contract value expected to be awarded as a Firm-Fixed-Price (FFP) for a base period of 12 months and four additional option periods. Interested contractors must submit their quotes by August 13, 2025, and are encouraged to attend a site visit, with inquiries directed to Alyssa Hampton or Edward Sherwood via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation (W15QKN-25-Q-A206) for custodial services at the Marion VA, issued by ACC-NJ-WSD. It is structured as a vendor proposal form for federal government RFPs, detailing a base period and four option years (Option Yr 1 to Option Yr 4) for services. Each period lists four Contract Line Item Numbers (CLINs) with quantities and unit/extended prices, culminating in a total cost for each period and a grand total. The form includes fields for vendor information such as contractor name, address, contact details, business size, socioeconomic status, TIN, CAGE, UEI, NAICS code, and email. It is designed to capture a comprehensive bid from potential contractors for the provision of custodial services, with the final section indicating where the award will be made to the selected vendor.
    The document pertains to a solicitation for custodial services at the Marion VA, under the solicitation number W15QKN-25-Q-A206. It contains a vendor proposal section where contractors can fill in their details, such as name, address, business size, and contact information. The pricing section outlines multiple base and option year items (from year 1 to year 4) specified by line item numbers (CLINs), each indicating a quantity of services to be performed, but all are listed at $0.00, signifying that no pricing has been provided at this stage. The structure includes totals for each fiscal section and concludes with a mention of an award to a vendor, although no specific vendor name is provided in the excerpt. The purpose of the document is to detail the requirements and pricing framework for custodial services, which is a part of the federal RFP process aimed at soliciting proposals from potential contractors to fulfill government service needs efficiently. Overall, it emphasizes transparency and organization in government contracting efforts while awaiting vendor submissions and evaluations.
    The Performance Work Statement outlines the requirements for non-personal custodial services for the United States Army Reserve 99th Readiness Division for Fiscal Year 2026. The contract, a Firm Fixed Price vehicle, will cover a base year and four 12-month option periods, focusing on maintaining a clean and presentable workplace at the MG Guy B. Denit USARC in Marion, VA. The contractor is responsible for providing all personnel, supplies, and equipment, adhering to specified weekly, monthly, and annual cleaning tasks across all designated areas, including offices, restrooms, and common spaces. Key responsibilities include waste removal, floor care, fixture cleaning, and maintaining proper safety and security protocols, such as providing Safety Data Sheets for chemicals and ensuring personnel undergo AT Level I and OPSEC training. The document emphasizes quality control, site visits for accurate quotes, and strict adherence to schedules and government regulations. Performance will be evaluated based on a Quality Assurance Surveillance Plan, with detailed inspection checklists to ensure compliance.
    The United States Army Reserve 99th Readiness Division is seeking a contractor for non-personal custodial services for FY2026 at the MG Guy B. Denit USARC in Marion, VA. The contract is a firm-fixed-price agreement for a base year and four option years, requiring the contractor to provide all personnel, supplies, and equipment. Services include weekly space and restroom cleaning, monthly floor care and drinking fountain cleaning, and annual deep cleaning, waxing, stripping, and carpet shampooing. The contractor must adhere to a strict work schedule (8:00 AM to 4:30 PM, Monday to Friday, excluding federal holidays), maintain quality control, and comply with all security, safety, and operational regulations, including AT Level I awareness, iWatch, and OPSEC training. Site visits are highly encouraged for accurate报价. Performance will be evaluated against specific standards and thresholds, with mandatory sign-in and submission of Safety Data Sheets for all chemicals.
    The Performance Work Statement (PWS) outlines the requirements for providing custodial services for the United States Army Reserve's 99th Readiness Division for FY 2026. The contractor is tasked with ensuring a clean and appealing environment at specified facilities, adhering to federal, state, and local regulations. The contract spans one base year and includes four optional extensions. Essential tasks include daily cleaning of offices, restrooms, and public areas, with specific protocols for various cleaning frequencies (weekly, monthly, and annually). Contractors must monitor service quality through established standards, while the government will conduct performance evaluations based on a Quality Assurance Surveillance Plan. Mandatory site visits are encouraged for accurate understanding of the custodial needs. The document details strict security requirements for contractor personnel, including identification, training, and adherence to safety protocols. Contractors must maintain quality control and are responsible for protecting government property. The PWS also stipulates the proper handling of cleaning supplies and equipment. This contract emphasizes effectively maintaining cleanliness to enhance the facility's public image while ensuring compliance with all operational guidelines.
    This government file addresses contractor inquiries and government responses related to an RFP for services. Key clarifications include the removal of the requirement for an onsite contractor representative during normal duty hours, allowing for a reachable point of contact instead. The government confirms the availability of a janitor's closet for equipment storage, emphasizing cleanliness. Automobile liability insurance is only required if the contractor uses company vehicles for the contract. The document also clarifies that spray cleaning and buffing are monthly services, while full floor stripping and waxing are annual, correcting a previous ambiguity in the Statement of Work.
    This government solicitation, W15QKN-25-Q-A206, is a 100% small business set-aside for custodial services at the MG Guy B. Denit USARC in Marion, VA. The contract is a single, Firm-Fixed-Price (FFP) award with a 12-month base period and four 12-month option periods. The North American Industry Classification System (NAICS) code is 561720 (Janitorial Services) with a size standard of $22,000,000.00. Offerors must be registered in the System for Award Management (SAM) and submit quotes by August 7, 2025, at 12:00 PM EST via email. A site visit is highly encouraged. The award will be made to the responsible, responsive offeror with the lowest total aggregate price. The document details various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including requirements for insurance, electronic invoicing via Wide Area WorkFlow (WAWF), and anti-terrorism awareness training for contractor employees.
    This government file is an amendment to Solicitation Number W15QKN-25-Q-A206, primarily extending the quote due date for custodial services in Marion, VA, to August 13, 2025. It details instructions for offerors, including requirements for proposal submission, pricing format, and necessary registrations like SAM. The solicitation is a 100% small business set-aside for a firm-fixed-price contract, with a 12-month base period and four 12-month options. Award will be based on the lowest total aggregate price among technically acceptable, responsive, and responsible offerors. The document also specifies mandatory insurance coverage, outlines the HQ AMC-Level Protest Program, and requires Level 1 Anti-Terrorist Awareness Training for contractor employees.
    Amendment W15QKN25QA2060002 addresses inquiries and updates for a government solicitation. Key changes include clarifying the contractor representative role, confirming the availability of a janitor's closet for equipment storage, and specifying that automobile liability insurance is only required if company vehicles are used. Additionally, the amendment clarifies the frequency of floor stripping and waxing services, differentiating between monthly spray cleaning/buffing and annual full stripping/waxing. The previous contract, W15QKN-22-P-5082, was awarded to Sanford Federal for $75,200. This amendment aims to provide clarity and an updated PWS to potential offerors.
    This document outlines a solicitation for custodial services in Marion, VA, specifically designed for Women-Owned Small Businesses (WOSB). The government seeks a contractor to provide comprehensive janitorial services at the MG Guy B. Denit USARC, covering personnel, materials, and supervision for a base period of one year with four optional extensions. The contractor must ensure that their offer is fully compliant with Federal Acquisition Regulations (FAR) requirements and that they submit timely responses by the specified due date, August 7, 2025. The evaluation process prioritizes responsive bids, focusing on the lowest total cost that meets the outlined performance expectations. Additionally, the solicitation emphasizes small business set-asides, aiming to foster participation from economically disadvantaged groups. It includes insurance requirements, inquiries regarding the contract, and highlights the importance of site visits for bidders. The document concludes by detailing the protocol for future inquiries and administrative contact information to ensure successful proposal management. This solicitation reinforces the government’s ongoing commitment to support small business participation in federal contracting opportunities while maintaining necessary service standards.
    The document outlines the custodial service plans for the MG Guy B. Denit USARC and associated buildings in Marion, VA, detailing the service requirements for various areas and fixtures. It specifies square footage for different flooring types and lists custodial service fixtures, such as water fountains and restroom facilities. The first floor covers an extensive area of 5,972 square feet requiring custodial services with multiple restroom and washing facilities, while the second floor includes 1,244 square feet of serviceable space with distinct features. The document is structured in several sheets, detailing individual areas and their respective custodial needs, confirming that the facility needs a comprehensive custodial strategy that complies with health and safety regulations. This plan is essential as part of the federal RFP’s approach to maintaining clean and operational public spaces, aligned with government standards and responsibilities.
    The document outlines wage determinations under the Service Contract Act, indicating that contractors must pay covered workers at least $17.75 per hour if contracts are entered after January 30, 2022, or $13.30 for earlier contracts not renewed after that date. It details various occupations, their codes, and corresponding wage rates, along with information on benefits, paid sick leave, and compliance requirements. Additionally, it highlights procedures for classifying employee occupations not listed in the wage determination.
    Lifecycle
    Title
    Type
    Similar Opportunities
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Custodial Services at TX201
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Snow and Ice Removal Services in Galax, VA
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors to provide snow and ice removal services at the PFC Curtis B. Schooley USARC located in Galax, Virginia. The procurement aims to establish a firm fixed price contract to ensure safe and accessible facilities during winter weather conditions, which is critical for operational readiness and safety. This opportunity is set aside exclusively for small businesses, with an estimated contract start date of January 2, 2026. Interested parties should review the posted solicitation and Performance Work Statement for detailed requirements and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375 for further inquiries.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    W912L725RA007 SMYRNA DFAC SOLICITATION 2026-2031
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for dining facility services at the Smyrna Training Site for the Tennessee National Guard, under solicitation number W912L725RA007. The contract, which is a total small business set-aside, requires the contractor to provide comprehensive food services, including meal preparation, serving, and management, while adhering to strict sanitation and security standards. This five-year firm-fixed-price contract includes a one-year base period and four optional one-year extensions, with services expected to commence in February 2026. Proposals are due by December 22, 2025, at 11:00 AM CST, and interested parties should direct inquiries to Rhonda Lien at rhonda.m.lien.civ@army.mil.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.