Fort Riley Custodial Services
ID: W911RX-25-R-A004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Files
    Title
    Posted
    Amendment-02 to Solicitation W911RX-25-R-A004, dated 13 February 2025, extends the solicitation deadline to 10 March 2025, updates Q&A, and revises various documents including the Performance Work Statement. The amendment clarifies that building occupants are responsible for providing restroom consumables, and details the contractor's responsibilities for cleaning, equipment storage, and pricing calculations, alongside addressing several specific facility-related questions. Further revisions to documents will rectify inconsistencies and provide necessary information, ensuring clarity for potential contractors.
    The document is a draft by Samantha Wright from the Directorate of Public Works at Fort Riley, Kansas, detailing the Cantonment Area as of January 24, 2023. It includes a list of features such as selected areas for playgrounds, recreational trails, and buildings, while also outlining distribution and dissemination controls. Further sharing of this information is restricted and controlled by Fort Riley authorities.
    This document, titled "Technical Exhibit 6," serves as a comprehensive guide featuring floor plan drawings for buildings involved in a custodial service contract at Fort Riley, Kansas. It provides detailed architectural layouts, specifying floor types, restroom locations and genders, and the number of bathroom fixtures in a standardized format. The floor plans include clear legends for various flooring types, restroom identifications, service and janitor sink placements, drinking fountains, and elevators. The total area of all buildings under this contract is outlined, alongside information on specific rooms such as children’s restroom facilities, a break room, and laundry areas. Each area’s measurements and the square footage of different features, including windows and doors, are meticulously documented. This technical exhibit aids service providers in understanding the layout and requirements for effective custodial management, ensuring compliance with federal standards for government contracts. Overall, it is an essential resource for facilitating maintenance and operational management in federal facilities, reflecting the government's focus on structured and organized service contracts.
    The Fort Riley Custodial Services Performance Work Statement outlines the cleaning standards and requirements for various facilities on the installation. The document mandates a hospital-grade quality of cleaning, especially for Child Development Centers (CDCs) and other Child, Youth, and Student Services (CYSS) areas, using EPA-registered disinfectants to control infections. Cleaning frequencies are dictated by facility type and use, with high-traffic areas requiring more regular attention. Specific cleaning tasks for all facilities are detailed, distinguishing between custodial responsibilities and tasks designated for facility staff, especially regarding biohazard waste management. The PWS also includes adherence to industry standards set by organizations such as the International Sanitary and Supply Association (ISSA) and the Association of Physical Plant Administrators (APPA). Additionally, compliance with federal sustainability goals is emphasized. This document serves as a guideline for contractors bidding for custodial services, ensuring health, safety, and efficiency in facility maintenance at Fort Riley.
    The document outlines the requirements for a Daily Quality Control Report that contractors must prepare and submit as part of government contracts. The report includes essential information such as the contractor's name and address, contract number, date, work description and location, weather conditions, labor count, equipment data, work performed, and overall project completion percentage. It also includes sections for surveillance results, material inspections, test results, and instructions exchanged with government representatives. Additional entries cover safety observations, correspondence, and documentation at the work site. The signatures of both the Quality Control Inspector and the Quality Control Manager are required, ensuring accountability. This report facilitates oversight of construction quality and compliance with safety regulations, reflecting the systematic approach expected in government contracting processes. Such documentation is essential for maintaining transparency and meeting project specifications while ensuring adherence to safety standards in the execution of government-funded projects.
    The Army Technical Bulletin TB MED 531 outlines sanitation controls and inspection guidelines for various facilities to mitigate the risk of communicable disease transmission. It serves as essential guidance for facility managers and Environmental Health personnel in conducting sanitation inspections across military installations, including barber shops, beauty salons, gyms, and recreational areas. The document specifies the requirements for licensing, operational procedures, and inspection frequencies based on facility types, emphasizing critical areas such as beauty operations, troop housing, and child care services. Inspection processes are detailed, with corrective actions mandated for both critical and noncritical violations, ensuring immediate risk mitigation and preventive measures. Additionally, the bulletin underscores the need for consistent training and adherence to public health standards, aligning practices with existing health department guidelines. It addresses specific hazards associated with services and outlines prohibited practices to enhance safety and compliance. Overall, TB MED 531 establishes a comprehensive framework for maintaining hygiene and safety across facilities that serve Army personnel and their families.
    The Spill Prevention, Control, and Countermeasures Plan (SPCCP) for Fort Riley, Kansas, is designed to mitigate the impact of oil and hazardous substance spills, aligning with federal regulations mandating such plans for military installations. The SPCCP necessitates all personnel to report spills, detailing emergency response protocols involving various relevant departments. It outlines responsibilities and operational procedures for preventing and responding to spills, identifying potential spill sites and the necessary containment strategies. Key aspects include site-specific requirements, inspection protocols, personnel training, and a spill history covering 2019 to 2022. The plan's development adheres to the standards established by the Environmental Protection Agency (EPA), ensuring Fort Riley's compliance with relevant environmental legislation. Regular reviews and amendments are stipulated to address changes in operations or facility conditions. This comprehensive plan not only emphasizes environmental protection and compliance but also highlights the importance of training and readiness among personnel to respond effectively to potential emergency situations. Overall, the SPCCP serves as an integral component of Fort Riley's operational framework, safeguarding both public health and the environment against the risks posed by hazardous materials.
    The document outlines a Past Performance Questionnaire (PPQ) utilized by the Air Force for evaluating offerors competing for a specific program. It emphasizes the importance of assessing past performance on contracts to determine bidders' capabilities. The PPQ requests detailed information regarding contractors, including contract identification, performance ratings, and customer agency details, to aid in making informed decisions. The questionnaire features various sections, such as Technical Performance, Program Management, Employee Retention, and Cost Performance, each requiring ratings from "Exceptional" to "Unsatisfactory," along with supporting information. Additionally, it seeks input on the contractor’s effectiveness in hiring and retaining a qualified workforce and their success in meeting small business participation goals. Timely completion of the questionnaire is crucial for the acquisition process, allowing for the analysis needed before negotiations. The document concludes by encouraging cooperation and outlining submission methods, reiterating the importance of accurate data for the source selection process. This structured tool is vital for ensuring accountability and transparency in government contract evaluations.
    The document outlines a federal government RFP and grant proposal related to an unspecified project. It highlights various compliance requirements, technical specifications, and objectives for potential bidders. The RFP aims to invite qualified organizations to submit proposals that meet the outlined criteria, ultimately to enhance or implement specific project initiatives. The context appears to focus on improving infrastructure, addressing community needs, or enhancing service delivery through effective resource management. Key elements include adherence to regulatory standards, ensuring project feasibility, and illustrating a clear understanding of budgetary constraints. Potential bidders are encouraged to present innovative solutions and demonstrate past performance, thereby contributing to the government’s commitment to transparency, efficiency, and accountability in public spending. The document emphasizes the importance of collaboration between various stakeholders to achieve project goals, ensuring that the proposals align with the overarching objectives set forth by the government entity.
    The document appears to be a corrupted or improperly formatted file containing technical data or government tender information, specifically related to requests for proposals (RFPs) or federal grants. Due to the lack of coherent text and substantial visual garbles, it's challenging to extract definite topics or key ideas. Generally, government RFPs and grants outline funding opportunities, project specifications, eligibility criteria, and application processes, intended to invite submission from contractors and organizations interested in providing services or products to government agencies. In a typical context, these documents convey critical information regarding project goals, metrics for evaluation, and timelines for submission, which are essential for interested parties to understand before proposing their bids. This file likely serves a similar purpose, although the specific details remain indecipherable due to the formatting issues present in the text. Overall, the main takeaway is that government-related documents are structured to inform and solicit competitive proposals, ensuring transparency and opportunity for qualified entities to engage in public sector projects.
    The document outlines performance standards for enterprise-wide custodial services across various facility types, including CYSS centers, museums, libraries, barracks, and academic institutions. It specifies the tasks required for each facility category, detailing the frequency and nature of cleaning activities, incorporating a color-coded system to indicate the urgency and schedule for cleaning tasks. Key tasks include daily cleaning, sanitization, and waste removal in restrooms, as well as general cleaning duties such as sweeping, mopping, and dusting in common areas, classrooms, and specific facility types like gymnasiums and auditoriums. The standards emphasize compliance with various performance work statement (PWS) sections, ensuring that custodial services adhere to government requirements. This document is critical for RFPs and grants related to custodial services, serving as a guideline for contractors to meet the government’s cleanliness and maintenance expectations in public facilities. By establishing clear standards, the government aims to ensure a clean, safe environment for all users of these facilities.
    The document outlines detailed custodial service requirements for various facilities, including St. Mary's Chapel, the Main Post Chapel, and other buildings, as part of a federal initiative to maintain cleanliness and hygiene. The tasks include collecting and removing trash, sweeping and mopping floors, vacuuming carpets, cleaning restrooms, and disinfecting surfaces and fixtures. A variety of frequencies are specified, such as weekly and monthly tasks, along with detailed specifications on the methods and materials to be used. The Purpose of the document is to standardize cleaning protocols across federal buildings, ensuring a high level of cleanliness and compliance with health regulations. It highlights the importance of maintaining safe environments for building occupants, particularly in child development centers where specific protocols are enforced for disinfecting carpets and cleaning surfaces. This systematic approach not only addresses routine maintenance but also emphasizes safety, sustainability, and adherence to public health standards in governmental facilities, reflecting a commitment to quality custodial services.
    The document outlines custodial service contracts for three buildings at Fort Riley, Kansas, detailing their total areas: Building 29 (2,519 square feet) and Building 27 (8,247 square feet), across multiple floors. The drawings are by Andy, dated June 1, 2019, and part of Project No. F1-00007-7J. Various scales are employed in the floor plans, with the first floor of Building 27 noted as 1,224 square feet and the second floor identical in size.
    The document details the custodial service requirements for various government facilities, outlining specific tasks, frequencies, and standards for cleanliness. Key tasks include collecting and removing trash, sweeping and mopping floors, vacuuming carpets, and cleaning restrooms. It specifies procedures such as emptying waste containers, using appropriate cleaning methods for different surfaces, and maintaining sanitary conditions in child development centers. The document is structured into a series of practical work statements (PWS) that enumerate tasks with corresponding performance standards and frequencies, such as daily, weekly, or monthly cleaning duties. It emphasizes proper waste disposal methods, thorough cleaning techniques, and the requirement to handle specific materials according to safety regulations. The purpose of the document is to establish a clear guideline for contractors responding to Requests for Proposals (RFPs) for government custodial services, ensuring compliance with expected standards and fostering a clean, healthful environment across federal and state facilities. The detailed nature of the guidelines indicates the government’s commitment to maintaining high cleanliness standards in public facilities, reflecting a proactive approach to health and safety management.
    The document outlines a comprehensive custodial service job order for various facilities within Geary County, detailing specific cleaning tasks, frequencies, and standards for cleanliness. The tasks include collecting and removing trash, sweeping and mopping floors, vacuuming carpets, scrubbing restrooms, and cleaning diverse surfaces such as countertops and windows. Each cleaning task is itemized with references to performance standards (PWS) for comprehensive sanitation, which elaborates on requirements such as the use of eco-friendly cleaning materials, compliance with safety protocols, and maintaining cleanliness in child care areas. The job orders specify various frequencies for cleaning tasks, including daily, weekly, monthly, and annual requirements, ensuring that the facilities are maintained to a high standard. Notably, the document emphasizes methods of cleaning while considering factors like the type of surface and safety for child development centers. Overall, this document serves as a request for proposals (RFP) for government contracts, guiding service providers on the necessary cleaning practices and standards expected to maintain cleanliness and hygiene in government facilities, reflecting the government's commitment to health and safety standards in public spaces.
    The document outlines a comprehensive list of custodial service requirements for various federal buildings. It details tasks such as trash collection, sweeping, mopping, floor maintenance (including machine scrubbing and waxing), carpet vacuuming and cleaning, and disinfecting restrooms. Each task is organized by specific protocols to ensure cleanliness and hygiene standards, particularly in sensitive environments like Child Development Centers. Frequency and area coverage for each task are specified, establishing a robust cleaning schedule that includes the handling of waste materials, extensive floor care, and the hygiene of kitchen and restroom facilities. The requirements also highlight the need for appropriate cleaning materials and methods to avoid damage while maintaining safety and health regulations. Furthermore, the document serves as a Request for Proposal (RFP) template for potential contractors bidding for custodial services. The structured approach facilitates oversight and compliance with federal mandates regarding facility maintenance, emphasizing the government’s commitment to providing clean and safe environments for public use. This comprehensive listing not only ensures clarity in service expectations but also supports contractor accountability and performance evaluation in maintaining federal properties.
    The document outlines the deliverables schedule for a government contract, detailing submission protocols and timelines for various required documents and plans. It emphasizes the need for submittals to be directed to the Contracting Officer at Fort Riley, Kansas, and specifies that initial delivery orders will only be issued after the approval of critical documents like the Quality Control Plan and Accident Prevention Plan. The schedule includes a variety of submissions, such as a Work Log, access and security policies, employee training requirements, and safety plans, with clear deadlines ranging from within 30 days of contract award to immediate reporting after incidents. Each entry in the submission timeline is cross-referenced with the appropriate responsible parties, including the Contracting Officer Representative (COR) and other designated officials. The document requires that various forms, particularly the ENG Form 4025, be used for submissions and resubmissions, ensuring a structured approach to compliance and reporting. Overall, the schedule is crucial for maintaining operational standards and safety protocols within the terms of the contract.
    The document outlines important access and delivery instructions for commercial vehicles to Fort Riley. Effective immediately, all deliveries are restricted to the 12th Street Access Control Point (ACP), which can be reached via Interstate I-70 Exit 303 or KS Highway 18. The 12th Street ACP operates Monday through Friday from 5:00 a.m. to 7:00 p.m. CST. Upon entering, visitors should park in the designated area for Building 1792, located as the first building after Gate 12, specifically in the left parking lot when facing the building from 12th Street. This directive is essential for ensuring proper access for deliveries and enhancing security protocols at the military installation.
    The document outlines a detailed deliverables schedule for contractors engaged with the U.S. Army at Fort Riley, Kansas. It specifies submission protocols, including the designated location for submissions and the necessity of approvals for key plans prior to the issuance of the first delivery order. The Contractor must submit various documents, such as the Quality Control Plan and Accident Prevention Plan, by defined timelines, many of which require the use of the ENG Form 4025 for compliance verification. Essential training updates, logs, safety procedures, and reports are also mandated at specific intervals to ensure operational readiness and compliance with environmental and safety regulations. Each deliverable is assigned a submission deadline alongside the respective authorities (KO/COR) designated to receive them. The structured approach ensures that all contractual requirements, including employee training and safety measures, are met efficiently. This document reflects the federal emphasis on accountability and systematic oversight in executing government contracts, aiming to guarantee quality and safety through rigorous monitoring and compliance adherence.
    This document outlines a Request for Proposal (RFP) for custodial and management services to be conducted at Fort Riley, KS, overseen by Contracting Officer Richard Brown. The solicitation is open to all interested parties, with a specific encouragement for small businesses, including HUBZone and service-disabled veteran-owned enterprises. The contract period spans one base year commencing June 2025, with options for up to four additional years, indicating procurement flexibility aimed at optimizing service continuity. The primary services requested involve comprehensive custodial duties and effective contract management with quality control oversight. The proposal requests a firm-fixed price arrangement and invites interested contractors to submit their offers by March 10, 2025. Key terms and federal acquisition regulations are incorporated, emphasizing adherence to various clauses addressing labor standards, small business engagement, and service quality compliance. By prioritizing transparency and competition, the RFP seeks to ensure that the awarded contractor meets high standards for efficiency and responsiveness to the facility's needs, illustrating the federal commitment to effective service management and support for small business participation in government contracting. This RFP serves as a mechanism for engaging qualified contractors to fulfill essential services in military installation management, ensuring operational readiness and community resilience.
    The document details a solicitation and contract for custodial services and management oversight for a federal agency, effective from April 1, 2025, to March 31, 2026, with options for extension through up to five periods. The contracting officer, Richard Brown, oversees this unrestricted opportunity, encouraging participation from various small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. The contract outlines specific pricing arrangements with firm fixed prices across all line items and enhances compliance with federal regulations, including those related to service contracts, labor standards, and small business requirements. The contractor will handle custodial services and management during the base year, while optional years provide flexibility for extended services, ensuring performance meets defined standards. Additionally, the document incorporates numerous clauses to safeguard government interests, enforce ethical contracting practices, and ensure adequate management of government property. This solicitation embodies the federal government’s commitment to fair procurement and operational efficiency in providing essential services.
    This document serves as an amendment to a solicitation regarding custodial services at Fort Riley, Kansas. It extends the deadline for offers and provides official notification about changes made in response to offeror inquiries following a site visit. The specific updates include adjustments to the Pricing Schedule, facility job order lists, and various solicitation documents. Offerors are instructed to acknowledge receipt of this amendment through designated methods to ensure their submissions are considered. There is an emphasis on compliance with these instructions, as failure to acknowledge may result in rejection of offers. The amendment reflects the government's intent to make necessary adjustments and extend the proposal due date to accommodate offerors' adjustments and additional queries. Overall, the purpose of this document is to facilitate transparency and communication with potential contractors while ensuring a fair and thorough proposal process for custodial services.
    This document serves as an amendment to a federal solicitation, detailing updates and changes relevant to prospective contractors. It includes general instructions for acknowledging receipt of the amendment, which must be submitted by specified methods prior to the offer deadline to avoid rejection. The amendment corrects terminology in the Performance Work Statement (PWS) related to the Ability One Program to align with Section 8(a) and adds site visit entry information. All other terms of the original solicitation remain unchanged. The summary of changes indicates modifications to the PWS and address updates for related attachments. This amendment is crucial for ensuring clarity in requirements and compliance with federal contracting procedures, maintaining transparency in the offer process as stipulated by the government procurement policy.
    This document is an amendment to a solicitation for federal contracting, identified by the amendment number and contract ID. It announces an extension of the deadline for offers and details the necessary acknowledgment procedures for contractors to confirm receipt of the amendment. The main intent is to notify industry stakeholders about modifications including responses to industry questions, corrections to technical documents, and updates to facility job orders. Key attachments that include the Pricing Schedule and the Performance Work Statement (PWS) are either modified or added to ensure clarity. Importantly, the amendment affirms that unless specified as changed, all other terms of the solicitation remain in full effect. Each contractor is reminded to refer to the amendment in their communication to avoid rejection of their offers. Overall, this amendment serves to ensure transparency and provide critical updates to potential contractors, maintaining the integrity of the procurement process.
    The document outlines Amendment 4 to a solicitation regarding custodial services at Fort Riley, Kansas. It specifies several updates, including an extension of the offer due date to March 20, 2025, and an extension for the questions and answers period until March 7, 2025. Significant revisions to the technical documents are highlighted, including updates to the Performance Work Statement (PWS) for custodial services, the pricing schedule, the facility job order list, and the custodial floor plans. The changes aim to address previous inquiries, correct task specifications, and provide clearer guidance for potential contractors. This amendment serves as a critical adjustment to the original solicitation, ensuring that all parties are informed and equipped to respond effectively. The overall purpose of this document is to facilitate a smooth procurement process for the U.S. government by making necessary revisions to the solicitation and ensuring compliance with federal contracting procedures.
    The document outlines the Performance Work Statement (PWS) for Custodial Services at Fort Riley, Kansas, from 2025 to 2030. It mandates that the contractor provide all necessary personnel, equipment, and materials for custodial tasks across about 130 facilities, covering over one million square feet. Key objectives include maintaining cleanliness, managing traffic flow during services, and adhering to federal and state regulations. The contract excludes specialized services like biohazard cleaning and flood restoration, which are handled by other entities. Security requirements specify background checks and training for staff in Child and Youth Services facilities. The contractor must maintain a detailed service log and comply with environmental standards, including the use of eco-friendly products. The structure includes sections on general information, definitions, contractor responsibilities, and quality control measures. This document serves as a guide for contractors responding to the RFP by outlining specific tasks, performance standards, and compliance requirements essential to fulfilling the custodial service contract while meeting legal obligations.
    The Performance Work Statement (PWS) for custodial services at Fort Riley, Kansas, outlines the requirements for a contract spanning from 2025 to 2030. The primary goal is to ensure cleanliness and maintenance across approximately 130 facilities covering over 1 million square feet. The contractor is tasked with providing all necessary personnel, equipment, supplies, and supervision while adhering to federal and local regulations. Cleaning services include regular and as-needed tasks, excluding biohazard remediation and pandemic-related disinfecting, which are managed by installation assets. Key operational details include working hours, holiday schedules, and coordination with government personnel to maintain traffic flow during services. Significant emphasis is placed on security measures for staff working in sensitive areas, particularly Child and Youth Service facilities, requiring background checks and specialized training. A quality control plan is mandated to monitor service performance, ensuring compliance with established standards. Overall, the document serves as a comprehensive guide for potential bidders, detailing expectations and responsibilities for maintaining the cleanliness and safety of Fort Riley's facilities, aligning with broader government contracting standards and practices.
    The Performance Work Statement (PWS) outlines the requirements for custodial services at Fort Riley, Kansas, from 2025 to 2030. The contract, a non-personal services agreement, mandates the contractor to supply all necessary personnel and materials to maintain cleanliness across approximately 130 buildings covering over 1 million square feet. Key responsibilities include routine cleaning services, maintenance of cleanliness standards, and adherence to federal and state regulations. Specific tasks include trash removal, floor care, and cleaning of child development facilities, with provisions for emergency and biohazard responses handled by government personnel. The document emphasizes security protocols, requiring background checks and training for employees, particularly those working in youth services. It specifies operational hours, with restrictions on work during certain holidays, and outlines record-keeping and reporting requirements for completed services. The PWS highlights quality assurance and control measures, detailing inspection schedules and compliance checks to ensure service delivery meets established performance standards. This contract reflects the government's commitment to maintaining a sanitary environment while ensuring contractor accountability within a structured regulatory framework.
    The 2025-2030 Custodial Services Performance Work Statement (PWS) outlines the requirements for providing non-personal custodial services at Fort Riley, Kansas. The contractor is responsible for delivering all personnel, equipment, and supplies necessary to fulfill specified cleaning tasks across approximately 130 facilities, totaling over 1 million square feet. Key objectives include maintaining cleanliness, ensuring compliance with relevant laws, and managing emergency situations effectively. Specific tasks include scheduled cleaning, window maintenance, and compliance with safety and security protocols, particularly in child and youth services areas. The document emphasizes contractor responsibilities regarding training, quality control, accident reporting, and adherence to environmental regulations. Additionally, the PWS specifies government roles, including a Contracting Officer and a Contracting Officer's Representative, who oversee contractor performance and compliance. The contract will be a firm fixed-price agreement, and the contractor must develop a Quality Control Plan, maintain detailed logs of services, and coordinate closely with government personnel to ensure operational effectiveness. Overall, this PWS reinforces the government’s commitment to maintaining high custodial standards while ensuring a safe environment for all personnel on the installation.
    The Performance Requirements Summary (PRS) outlines critical contract performance requirements for contractors engaged by the Government. It specifies the rights of the Government to enforce performance standards and conduct inspections to evaluate services. The PRS includes defined standards of performance and allowable levels of deviation (Acceptable Quality Levels, AQLs). Unsatisfactory performance may lead to deductions from monthly payments, with calculations detailed for various scenarios, including both random and non-random service surveillances. The document emphasizes the Government’s authority to modify inspection types and frequencies as needed. Contractors are held to high standards, outlined in a detailed checklist covering numerous tasks, such as cleaning, maintenance, and safety protocols. Failure to meet AQLs necessitates a contract discrepancy report, requiring corrective action plans. Payment reductions are based on the severity of unsatisfactory service, calculated against set contract prices. The overall structure includes a comprehensive list of tasks with associated performance criteria and respective financial repercussions for inadequate service. The document is integral to ensuring compliance and accountability in government contracts, enhancing service quality and safeguarding public interests.
    The document outlines a comprehensive custodial services request for proposals (RFP) for various government buildings, specifying the scope of work, performance standards, and labor requirements. The contract encompasses custodial services for numerous buildings, detailing the estimated frequency of cleaning (up to 104 times annually for certain buildings), and includes specific tasks such as trash removal, floor maintenance, and restroom sanitation. The contract type is firm-fixed-price, meaning costs are predetermined for the contract period. It emphasizes compliance with wage determinations from the U.S. Department of Labor, necessitating that bidders provide an average hourly wage that meets federal standards for custodial work. Detailed tables present the estimated labor hours, building square footage, monthly pricing per service, and total expected costs. The document establishes a clear framework for providers to understand the contractual obligations and pricing structures while ensuring safety and compliance through well-defined operational procedures. This RFP ultimately aims at enhancing the cleanliness and overall maintenance of government facilities, reflecting the governmental commitment to quality service provision.
    This government document outlines the pricing and service requirements for a custodial services contract covering multiple buildings. It includes detailed instructions for preparing a Bid Schedule (TE-3), emphasizing estimations of work units, man-hours, and pricing for comparable activities across different facilities. Offerors are instructed to compute costs associated with custodial tasks, transfer data to specific tabs, and adhere to labor wage regulations complying with the U.S. Department of Labor standards. The contract appears to involve a Firm-Fixed-Price structure with specifics on service delivery frequency, labor estimates, and breakdowns by building and service type. Individual cleaning tasks are listed, alongside required units (e.g., "ea," "csf," "sf") to standardize estimations of labor and material costs linked to facility sizes and requirements. Overall, this document serves as a comprehensive guide for contractors responding to a Request for Proposals (RFP) for custodial services, aiming for clear standards and procedures to achieve regulatory compliance while ensuring service effectiveness across the designated locations. The explicit pricing schedules and task breakdowns aim for transparency and competitive bidding in the procurement process.
    This document outlines the process for preparing a pricing schedule for custodial services related to various government buildings. It provides a detailed breakdown of tasks, estimates, and structures for pricing based on specified units of work. Offerors are instructed to compute estimated prices for custodial tasks such as waste removal, floor cleaning, and sanitization, using templates organized by building and service type. The pricing schedule is segmented into various tabs, including unit prices by task, facility lists, and cost breakdowns for management labor. Each building has associated cleaning tasks, with a comprehensive list detailing the specific responsibilities required under the contract. The file also contains data on estimated quantities of cleaning tasks needed for the contract's base period, along with labor requirements and material costs. The purpose of this document is to guide contractors in submitting accurate and competitive bids for federally funded custodial service contracts, emphasizing compliance with defined performance work statements. It is crucial for ensuring that custodial needs are met effectively across multiple federal facilities while allowing for cost estimation and management oversight.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for janitorial services at the Moffett Field Air National Guard Base in California under the contract titled "129 CEF - Base Janitorial Services." The contract, valued at up to $22 million, requires the contractor to provide comprehensive custodial services across various designated areas within multiple buildings, ensuring adherence to cleanliness standards and operational protocols critical for maintaining a safe working environment for Air National Guard personnel. This initiative underscores the government's commitment to outsourcing facility management while promoting compliance with federal labor standards, including wage determinations that mandate a minimum hourly wage of $17.75 for workers. Interested contractors should direct inquiries to CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil, with proposals due by March 6, 2025.
    Riley / Minot / Ellsworth Hazardous Waste and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of hazardous waste from military installations located in Fort Riley, Kansas, Ellsworth Air Force Base, South Dakota, and Minot Air Force Base, North Dakota. The contract, categorized under NAICS code 562211, encompasses a comprehensive range of services including waste characterization, compliance with EPA and RCRA regulations, and specialized offerings for various hazardous materials, with a firm-fixed price structure for a base period of 30 months, potentially extending for an additional 30 months. This procurement is critical for ensuring safe and compliant waste management practices within military operations, reflecting the government's commitment to environmental stewardship. Proposals are due by April 4, 2025, and interested parties should direct inquiries to Erik Rundquist at erik.rundquist@dla.mil or call 269-961-4891.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide janitorial services for the Nolin River Lake project in South Central Kentucky. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes comprehensive cleaning and maintenance of public recreation areas, restroom facilities, and other amenities, with a total award amount of $22 million. This contract is crucial for maintaining cleanliness and safety in recreational spaces, ensuring compliance with federal regulations and enhancing visitor experiences. Interested small businesses must submit their quotes electronically by February 25, 2025, and are encouraged to attend site visits scheduled for February 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    Grounds Maintenance at KS065: Multiple Facilities in Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple Army Reserve facilities in Kansas under Solicitation Number W911SA25QA084. The contractor will be responsible for providing labor, materials, and equipment to maintain the exterior landscape, including tasks such as lawn mowing, aeration, fertilization, and seasonal clean-ups, with a contract duration comprising one base period and four optional periods from April to November. This procurement is crucial for ensuring the upkeep of military facilities, enhancing operational readiness, and complying with federal labor standards, including wage determinations specific to various Kansas locations. Interested parties should contact Christopher Brown at christopher.m.brown67.civ@army.mil or call 502-898-2527 for further details, with the contract valued at approximately $9.5 million and set to commence on April 1, 2025.
    Pressure Wash of Exterior Building Walls for Area IV
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting offers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the pressure washing of exterior building walls at USAG Daegu. Contractors are required to submit comprehensive technical proposals, including proof of relevant experience and qualifications of key personnel, as well as a complete price proposal, with an emphasis on both technical acceptability and price competitiveness. This service is crucial for maintaining the cleanliness and integrity of military facilities, ensuring they meet operational standards. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals electronically by the specified deadlines, with a site visit scheduled for March 5, 2025. For further inquiries, potential bidders can contact Kumson Yi at kumson.yi.civ@army.mil or by phone at 315-763-5686.
    Custodial Service for Area IV (Daegu, Waegwan, Gimcheon and Busan).
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is seeking proposals for custodial services in Area IV, which includes Daegu, Waegwan, Gimcheon, and Busan. The procurement aims to secure janitorial services that ensure cleanliness and maintenance of facilities within the specified areas, adhering to the standards outlined in the solicitation. These services are crucial for maintaining operational readiness and a healthy environment for personnel stationed in these locations. Interested vendors can reach out to Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or call 315-763-5691 for further details regarding the solicitation process.
    Custodial Services - Cumberland, MD (MD006) and Martinsburg, WV (WV026)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services for the 99th Readiness Division at facilities located in Cumberland, MD, and Martinsburg, WV. The procurement involves a non-personal services contract that encompasses a range of cleaning tasks, including the maintenance of halls, restrooms, and offices, with a focus on compliance with applicable regulations and maintaining a clean environment. This contract will span a base year with the potential for four additional option years, emphasizing the importance of quality control, trained personnel, and adherence to safety protocols. Interested parties should direct their inquiries to Ronald M. Stinson at ronald.m.stinson.civ@army.mil or call 609-562-7036, as this opportunity is currently in the Sources Sought phase, inviting responses regarding capabilities and concerns about the draft Performance Work Statement.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting proposals for a service contract at El Dorado Lake, Kansas, under the title "PCMC Service Contract." This procurement aims to secure facilities support services, which are critical for maintaining operational efficiency and cleanliness at the site. The contract is set aside for small businesses, adhering to the Total Small Business Set-Aside guidelines as per FAR 19.5, and falls under the NAICS code 561210 for Facilities Support Services. Interested vendors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073, or contact Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL or 918-669-7043 for further details.
    Laundry and Dry-cleaning Services, 35 Medical Group at Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for laundry and dry-cleaning services for the 35 Medical Group at Misawa Air Base, Japan. The contract, identified by solicitation number HT941025Q2033, will cover a service period from April 1, 2025, to September 30, 2030, including a base year and four option years, with a potential six-month extension. This procurement is crucial for maintaining hygiene and infection control standards in medical operations, requiring contractors to provide comprehensive services including pick-up, delivery, and cleaning of various medical textiles such as linens, gowns, and surgical attire. Interested contractors must submit their proposals electronically, demonstrating their technical capabilities and past performance, with a focus on compliance with health guidelines and quality assurance measures. For further inquiries, potential offerors can contact Raphael Badagbor at raphael.k.badagbor.civ@health.mil or Gilberto Esteves at gilberto.a.esteves.civ@health.mil.
    Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma
    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 custodial and office janitorial services at Sardis Lake, Oklahoma. The procurement is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), emphasizing the importance of maintaining cleanliness and hygiene in government facilities. These janitorial services are crucial for ensuring a safe and welcoming environment for visitors and staff at the site. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073, or contact Rudolfo Morales at rudolfo.j.morales.civ@mail.mil or 918-669-7275 for further details.