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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    Custodial Services at TX054
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services at the Luis Garcia Memorial ARC located in McAllen, Texas. The procurement requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to fulfill the custodial services as outlined in the Performance Work Statement. This service is crucial for maintaining cleanliness and hygiene standards at the facility, which supports various military and community functions. The contract period is set from February 1, 2026, to January 31, 2027, with four optional twelve-month extensions and a six-month option to extend services. Interested parties should contact Zachary Skrede at zachary.r.skrede.civ@army.mil or by phone at 520-706-4078 for further details.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    Kitchen Ventilation Hoods Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide kitchen ventilation hood cleaning services at Fort Leonard Wood, Missouri. The objective is to ensure safe and operational kitchen hood ventilation systems across various facilities, with a contract period expected to last up to five years, including one base year and four option years. This procurement is crucial for maintaining compliance with safety and operational standards, as the contractor will be responsible for all personnel, labor, equipment, and materials necessary for the cleaning services, adhering to local, state, and federal regulations. Interested parties must submit a capabilities statement by 4 PM CST on December 29, 2025, to Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil, as this opportunity is set aside for small businesses under the SBA guidelines.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.