Pine Flat Lake Janitorial
ID: W9123825QA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California. The contract aims to provide comprehensive cleaning services for headquarters, recreational areas, restrooms, and fish cleaning stations, emphasizing performance-based solutions that allow contractors to propose innovative approaches to meet the government's objectives. This procurement is significant for maintaining public facilities and promoting economic opportunities for small businesses, particularly Women-Owned Small Businesses (WOSB), with an estimated contract value of $22 million. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.

Files
Title
Posted
Mar 28, 2025, 4:05 PM UTC
The Performance Work Statement outlines the requirements for a performance-based contract for janitorial services at various sites within the Pine Flat Dam and Lake Project in Fresno County, CA, spanning from FY25 to FY29. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet specified performance standards. Services include routine cleaning of headquarters, recreational areas, permanent restrooms, vault restrooms, and fish cleaning stations. Contractors are required to conduct site inspections before bidding and must participate in pre-work meetings with the Contracting Officer’s Representative (COR). A comprehensive Accident Prevention Plan (APP) must be prepared and approved before work begins, emphasizing safety and adherence to regulations. The document specifies performance metrics, inspection methods, and criteria for acceptable service levels, with penalties for non-compliance. Invoices are to be submitted for completed tasks, and contractors must maintain clear communication with government representatives. This effort underscores the government’s commitment to maintaining these public areas efficiently and sustainably while allowing flexibility for contractors to propose innovative solutions. Overall, the statement details responsibilities, requirements, and quality assurance measures to enhance janitorial services at critical public facilities.
Mar 28, 2025, 4:05 PM UTC
The document outlines a solicitation for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California, specifically targeting Women-Owned Small Businesses (WOSB). The contract includes multiple line items for basic, quarterly, and semi-annual janitorial services for headquarters areas, restrooms, and fish cleaning stations, all arranged as firm fixed-price jobs. The total estimated value of the contract is $22 million, and the proposal is due by May 1, 2025. The document serves as a formal Request for Proposal (RFP) and includes detailed instructions for submission, such as required contractor information and compliance with relevant Federal Acquisition Regulations (FAR). Specific clauses addressing labor standards, equal opportunity, and service contracts are incorporated by reference. Additionally, the solicitation emphasizes the importance of utilizing small businesses and contains provisions for assessing contractor performance, making it a critical instrument for both promoting economic opportunity for WOSB and ensuring quality service delivery within federal projects. This procurement highlights the government's commitment to diversity in contracting while addressing operational needs for facility maintenance across multiple recreational areas.
Mar 28, 2025, 4:05 PM UTC
The document is the Wage Determination No. 2015-5609 issued by the U.S. Department of Labor, detailing minimum wage rates and benefits under the Service Contract Act (SCA) for federal contracts in Fresno County, California. It specifies prevailing wage rates for various occupations, indicating higher minimum wage requirements under Executive Orders 14026 and 13658, depending on contract award dates. For contracts awarded after January 30, 2022, the hourly minimum wage is set at $17.75; for those awarded between January 1, 2015, and January 29, 2022, it is $13.30. The document outlines additional provisions including health and welfare benefits, vacation, holidays, and sick leave entitlements for employees. Furthermore, it addresses the conformance process for unlisted occupations and mandates that contractors must comply with specified classifications and wage rates. Overall, this wage determination serves to ensure fair compensation for workers engaged in federal service contracts, reinforcing compliance with labor standards and worker protections under applicable federal laws.
Lifecycle
Title
Type
Pine Flat Lake Janitorial
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Lake Kaweah (Terminus Dam) Woody Debris Removal
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the removal of woody debris at Lake Kaweah (Terminus Dam) in Lemon Cove, California. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSBs), requires contractors to provide fixed-price bids for debris removal across five designated work zones, adhering to a detailed Performance Work Statement (PWS) and various federal regulations. The project is crucial for maintaining environmental safety and ecological integrity, with a contract duration from June 10, 2025, to June 9, 2027. Interested contractors must submit questions by May 1, 2025, and can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further information.
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.
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
Eastman Lake Elevator Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Sacramento District, is seeking qualified contractors for elevator maintenance, inspection, and testing services at Buchanan Dam, located at Eastman Lake in Raymond, California. This procurement aims to establish a Firm-Fixed purchase order for a base year with four option years, focusing on ensuring the operational integrity and safety of the elevator systems at the dam. The project falls under NAICS Code 238290, with a size standard of $22 million, and is designated as a 100% small business set-aside. Interested vendors should anticipate the solicitation to be issued around April 24, 2025, with quotes due by May 28, 2025. For further inquiries, contractors can contact La Chad Jefferson at lachad.c.jefferson@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.
San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project, aimed at maintaining the navigability of the San Joaquin River and Port of Stockton. The project involves annual maintenance dredging to specific depths of -35 feet Mean Lower Low Water (MLLW), with certain areas requiring dredging to -38.5 feet, and includes the management and transportation of dredged materials to designated upland sites. This maintenance is crucial for ensuring safe maritime operations and supporting regional commerce while adhering to environmental regulations. Interested contractors must submit their proposals by May 19, 2025, with the contract valued between $5 million and $10 million; for further inquiries, they can contact Suntok Mcguinness at suntok.mcguinness@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil.
Gray Water Removal Services - Long Beach Port, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for Gray Water Removal Services at the Long Beach Port, California. The contract aims to establish comprehensive services for the collection, storage, and disposal of gray water generated from training equipment, utilizing 1,000-gallon and 3,000-gallon containers. This initiative is crucial for maintaining environmentally sustainable practices during military training operations, with a total estimated award amount of $9,000,000 for the performance period from May 27, 2025, to June 17, 2025. Interested contractors, particularly women-owned small businesses, should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil and ensure compliance with all submission requirements and deadlines outlined in the solicitation documents.
Eastman Lake Herbicide and Rodent Control
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for herbicide spraying and rodent control services at Eastman Lake in Raymond, California. The contract requires the selected contractor to manage vegetation and rodent populations through biannual herbicide applications and rodent control measures, adhering to strict safety and regulatory standards set by the U.S. Army Corps of Engineers. This project is critical for maintaining public safety and protecting infrastructure, with a contract duration of one base year and four optional years. Interested small businesses must submit their proposals by May 8, 2025, and can direct inquiries to La Chad Jefferson or Raymond R. Greenheck via the provided email addresses or phone numbers.
Demolition of Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the demolition of the Sacramento Resident Office and associated structures located at 2194 Ascot Avenue, Rio Linda, California. The project entails the demolition of four designated structures, including three modular trailers and a gazebo, along with the removal of asphalt pavement, disconnection of utilities, and site restoration, all to be completed within a 120-day period post-award. This procurement is critical for site management and facility enhancement, ensuring compliance with federal regulations and safety standards. The total budget for this project is approximately $19 million, with proposals due by April 15, 2025, and interested contractors should direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.