Custodial Services - MO006 Columbia, Missouri
ID: W911SA25QA061Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is seeking proposals for custodial services at the MG Lloyd E. Jones USAR Center located in Columbia, Missouri. The contract encompasses a base performance period from February 1, 2025, to January 31, 2026, with options for four additional years and a potential six-month extension, requiring comprehensive cleaning and maintenance of various facility areas, including restrooms and common spaces. This procurement is vital for maintaining cleanliness and hygiene standards in federal facilities, reflecting the government's commitment to facility management and public health. Interested vendors must submit their quotes by January 23, 2025, and direct inquiries to Laurie Lago at laurie.e.lago.civ@army.mil, with an estimated total contract value of approximately $22 million.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 4:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for custodial services at the Army Reserve facility MO006 in Columbia, MO. The contract, classified as non-personal services, mandates the contractor to provide all necessary personnel, labor, equipment, and materials to ensure the facility maintains cleanliness and professional appearance. The contract spans one base year with four optional years, emphasizing quality control managed by the contractor, with performance evaluated by a Contracting Officer Representative (COR). Key tasks include routine cleaning, window washing, trash removal, and sanitation of restrooms, adhering to industry standards for cleanliness and safety. Specific guidelines detail the reporting of service, key control management, employee identification, and the training required for contractor personnel on anti-terrorism and operations security procedures. The PWS ensures that the contractor maintains an appropriate workforce and outlines accountability for damages and compliance with federal regulations regarding access and identity verification. This document highlights the commitment to facility hygiene and security within the Army Reserve context and provides detailed operational expectations to potential contractors vying for the project.
Jan 17, 2025, 4:05 PM UTC
The document outlines the requirements for a custodial contract under antiterrorism (AT) and operations security (OPSEC) guidelines. It serves as a review cover sheet for the statement of work (SOW), ensuring compliance with Army policies. The form mandates a prior review by the organizational antiterrorism officer and the OPSEC officer to assess various protective measures, including information assurance and physical security. The document specifies essential training and security provisions for contractor personnel, such as AT Level I awareness training and OPSEC training, along with protocols for accessing Department of Defense facilities. Significant contract clauses also direct procedures for contractors dealing with classified information or operating in foreign countries, as well as requirements related to controlled unclassified information (CUI). The template includes a checklist to confirm adherence to specified security measures, emphasizing that the contractor employees must complete training within specified timelines to fulfill security responsibilities. Overall, the document aims to enhance safety and compliance in contracts dealing with sensitive areas of government operations.
Jan 17, 2025, 4:05 PM UTC
The document outlines performance objectives and standards for a contractor responsible for restroom services within government facilities. Key tasks include providing ID badges for employees, maintaining stock of restroom supplies, and ensuring proper cleaning of sanitary areas. Each contractor employee must have a clearly identifiable badge, and any changes to personnel need to be communicated to the Contracting Officer's Representative (COR). Performance standards are set at 100%, with incentives such as positive narratives in the Contractor Performance Assessment Reporting System (CPARS) for meeting standards, along with full payment for services. Conversely, failing to meet these standards may lead to corrective action requests and potential reductions in payment or costs charged back to the contractor. Overall, the document establishes detailed expectations for the contractor’s compliance, service quality, and communication protocols, emphasizing accountability and adherence to specified performance metrics in government contract management.
Jan 17, 2025, 4:05 PM UTC
The Custodial Deliverables document outlines the requirements for deliverables related to custodial services within a federal context. It specifies the format, frequency, and distribution of essential documentation required to ensure compliance with contract stipulations. Key deliverables include Safety Data Sheets, training certificates, employee identification lists, service tickets, and invoices, each with accompanying submission timelines to the Contracting Officer's Representative (COR). These deliverables facilitate effective communication and operational efficacy post-award, ensuring all involved parties are informed of compliance and employee credentials. Reports are structured to meet specific timelines, primarily within 30 days after contract commencement or employee hire, while other documents like insurance must be submitted immediately following the contract award. Overall, this document serves as a critical reference for contractors in fulfilling their obligations under federal contracts, thereby enhancing the integrity and accountability of custodial operations in government facilities.
Jan 17, 2025, 4:05 PM UTC
The document titled "Wage Determination Log" provides essential details regarding wage determinations specific to Columbia, Boone County, Missouri. It includes a reference to a unique Wage Determination number (MO006) and instructs users to access the full Wage Determination by visiting the SAM website and searching for the number. The document lists a Facility ID Number and indicates a revision date of July 21, 2024. This log is crucial for ensuring adherence to wage laws and regulations within federal contracts, thereby supporting compliance in government contracts and grants at various levels. The focus on location-specific wage information underscores the role of federal and local government entities in maintaining fair labor practices and the proper allocation of grant resources.
Jan 17, 2025, 4:05 PM UTC
The document outlines the request for proposals related to custodial services for the facility identified as MO006 Columbia. It details various Contract Line Item Numbers (CLIN) that specify the quantity and types of custodial services required over several contract periods, including a base period and four option periods. Services include regular custodial work, annual tasks like carpet cleaning and window washing, as well as semi-annual activities such as high dusting and floor maintenance. Each CLIN has designated quantities and spaces for unit pricing and total cost computations, indicating that bidders should fill out the pricing in the provided sections. The final underscored area emphasizes the total value of the contract, encompassing all base and option periods along with a potential six-month extension. This proposal reflects the federal government's ongoing commitment to maintaining clean and safe facilities, outlining a clear framework for prospective contractors to offer competitive pricing on custodial services.
Jan 17, 2025, 4:05 PM UTC
The document outlines the custodial service requirements for the MG Lloyd E. Jones USAR Center located in Columbia, MO, detailing the floor cleaning and restroom maintenance tasks necessary for various room types. Key tasks include cleaning vinyl tile, carpet, tile, and concrete surfaces across multiple rooms, with clearly defined frequencies for each cleaning activity, such as sweeping, mopping, vacuuming, and trash removal. Specific room types and quantities, along with the total square footage for cleaning, are presented alongside a retention schedule for cleaning activities. The Task and Frequency Chart indicates that services must adhere to specified standards, with additional notes emphasizing the importance of a site visit for vendors to verify room counts and cleaning requirements. The document serves as a comprehensive guide for potential contractors in responding to the RFP, ensuring adherence to established cleaning protocols in compliance with government regulations. Its structured approach provides a clear framework for maintaining cleanliness and hygiene in a federal facility, reflecting the government's commitment to facility management and public health.
Jan 17, 2025, 4:05 PM UTC
The document serves as a service ticket for custodial services provided on-site by a contracted vendor. It outlines the various types of custodial tasks that might be required, including dusting, mopping, restroom sanitation, and window cleaning, among others. Each time services are rendered, the vendor must complete this ticket, detailing the specific tasks performed and the employees involved. However, the ticket does not serve as confirmation of service acceptance, as the government maintains the right to inspect the quality of work at any time. The structure facilitates record-keeping for custodial activities and establishes accountability for service delivery, ensuring that the government can verify compliance with contractual obligations. The document is significant in the context of government RFPs, federal grants, and state/local RFPs, providing a framework for monitoring and managing service contracts effectively.
Jan 17, 2025, 4:05 PM UTC
The Contractor Rest Room Cleaning Sheet is a document used for tracking cleaning tasks performed by contracted staff in restroom facilities. It includes sections for the contractor employee's name, date of service, and their initials, ensuring accountability and proper record-keeping of maintenance activities. This document is crucial in maintaining cleanliness and hygiene standards in government-managed buildings, aligning with regulatory requirements linked to facilities management. By documenting each cleaning instance, the sheet promotes transparency in service delivery and helps in evaluating the contractor's performance. Thus, it plays an essential role in the oversight of custodial services as part of broader federal and state/local RFPs focused on facility management and public health compliance.
Jan 17, 2025, 4:05 PM UTC
The document outlines a solicitation for custodial services under the Women-Owned Small Business (WOSB) program, managed by the U.S. Army. It includes details such as the requisition number, contract number, solicitation issue date, and contact information for inquiries. The major components involve providing labor and equipment for custodial services at specific locations in Columbia, Missouri, with a contract effective from February 1, 2025, to January 31, 2026, including options for four additional years. Key points specify the deliverables, including monthly, annual, and semi-annual custodial services, with a total award amount of approximately $22 million. Requirements outline non-personal services with strict adherence to performance work statements. Additionally, compliance with various federal regulations and clauses, including those pertaining to service contract labor standards and safety, is mandated. The document emphasizes the importance of the contractor's past performance for evaluation purposes, along with insurance requirements and reporting obligations. It showcases the government's commitment to utilizing small businesses, particularly those owned by women, in fulfilling contracting needs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Refuse and Recycling Services for Multiple Sites in Missouri
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple sites in Missouri. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental standards at military facilities, with the contract period set from July 1, 2025, to June 30, 2026, and options for four additional twelve-month periods and a six-month extension. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
JANITORIAL SERVICES - SCO BOGOTA, COLOMBIA
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide janitorial services for the Security Cooperation Office (SCO) in Bogotá, Colombia. The procurement encompasses comprehensive custodial services across multiple U.S. Government facilities, including daily cleaning, maintenance, and supply management, with a contract period starting from April 1, 2025, to March 31, 2026, and options for two additional years. These services are critical for maintaining a clean and professional environment within U.S. facilities, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by April 17, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact David Garza at 520-944-7437 or via email at david.l.garza5.mil@mail.mil.
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.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
LTUY252018 Repair Building 53 for Interim Occupancy
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Building 53 at the 131st Bomb Wing Civil Engineering Squadron in Saint Louis, Missouri. The project involves repairing the interior finishes, including restroom and plumbing fixtures, flooring, and ceiling finishes, with a contract duration of 45 calendar days following the notice to proceed. This initiative is crucial for creating a functional administrative space for the U.S. Army Audit Agency while ensuring compliance with safety and environmental regulations, particularly due to the building's historic status. Interested contractors must register for a site visit by April 25, 2025, and submit their quotations by May 20, 2025, with the government budget set at $60,000 for the project. For further inquiries, contractors can contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
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.
Custodial Services - Cumberland, MD (MD006) and Martinsburg, WV (WV026)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for custodial services in Cumberland, MD, and Martinsburg, WV, under Solicitation W15QKN-25-Q-A103. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide comprehensive janitorial services, which are essential for maintaining cleanliness and hygiene in military facilities. Interested vendors can find additional details, including the Performance Work Statement and site maps, through the provided link to the PIEE website, with primary contact Ronald M. Stinson available at 609-562-7036 or via email at ronald.m.stinson.civ@army.mil. The solicitation includes an amendment and responses to questions, and interested parties should review all documentation thoroughly to prepare their proposals.
Custodial Services U.S. Army Garrison Darby Military Community (DMC) - Livorno
Buyer not available
The Department of Defense is seeking a contractor to provide custodial services for the U.S. Army Garrison Darby Military Community (DMC) in Livorno, Italy. The contract will encompass a range of non-personal services, including the provision of personnel, equipment, and supplies necessary to perform custodial tasks as outlined in the Performance Work Statement. This service is critical for maintaining cleanliness and hygiene standards at the military community facilities, which include Camp Darby, the Depot, and the Ammunition Storage Area. The contract is set to begin on June 10, 2025, with a base year and four option years, and interested parties must ensure they are registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) and a CAGE/NCAGE number. For further inquiries, potential bidders can contact Sonia Zanobini at sonia.zanobini2.ln@army.mil or Brendan A. Deluca at brendan.a.deluca.civ@army.mil.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood (FLW) and the Lake of the Ozarks Army Recreation Area (LORA) in Missouri. The selected contractor will be responsible for a range of services including maintenance and repair of facilities, operation of utility plants, grounds maintenance, and support for special events, ensuring compliance with specified reliability rates and quality assurance standards. These services are critical for supporting various training missions conducted by U.S. military forces and their international allies. Interested parties should note that the anticipated solicitation date is June 2, 2025, and the size standard for this procurement is set at $47 million. For further inquiries, potential bidders can contact Samuel J. Colton at samuel.j.colton.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil.