Armed Forces Recruiting Janitorial Services MATOC- Multiple Locations
ID: W9128F-25-Q-A033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Multiple Award Task Order Contract (MATOC) for janitorial services at Armed Forces Recruiting Centers across multiple states, including Colorado, Iowa, Minnesota, Nebraska, North Dakota, South Dakota, Wisconsin, and Wyoming. The contract, valued at up to $4 million over five years, is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB), and will involve firm-fixed price task orders based on pre-established square footage pricing. The services are critical for maintaining cleanliness and hygiene in recruitment facilities, with contractors required to adhere to strict performance standards and use environmentally friendly products. Proposals are due by June 12, 2025, at 2:00 PM CST, and interested parties should contact Desiree Peters at desiree.m.peters@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines detailed specifications for janitorial services in U.S. Army Corps of Engineers leased facilities, encompassing federal, state, and local RFP contexts. Services are scheduled two or three times weekly, performed Monday through Friday, 8:00 a.m. to 4:00 p.m., requiring a Military Service Representative (MSR) presence for access. No keys or entry codes are provided to contractors. The document details daily tasks like trash removal, vacuuming, and high-touch surface disinfection, alongside monthly, quarterly, and semi-annual services such as dusting, window cleaning, HVAC filter replacement, and carpet cleaning. Contractors must use environmentally friendly products, including alcohol solutions with at least 70% alcohol for disinfection. Key requirements include a Quality Control Program, background checks for all personnel, and mandatory photo IDs. Performance is evaluated against industry standards, with deductions for unsatisfactory service or no-shows. The file emphasizes adherence to CDC guidelines for disinfection and proper disposal of refuse.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a standardized document used by the US Army Corps of Engineers and Naval Facilities Engineering Command to evaluate contractor performance. It collects detailed information on contractor and contract specifics, including company details, contract type, value, and project description. The questionnaire includes a client information section and a comprehensive rating system with definitions for Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory performance across key areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General aspects. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposals, or directly to USACE. The form emphasizes detailed feedback and narrative explanations for ratings to assist in evaluating performance risk for future solicitations.
    The document outlines square footage data for various locations across six territories: Colorado, Iowa, Minnesota, Nebraska, North Dakota/South Dakota/Wyoming, and Wisconsin. For each location within these territories, the file provides the square footage (SF) and the number of bathrooms. There are additional columns for
    The U.S. Army Corps of Engineers requires an Antiterrorism/Operations Security Review Cover Sheet for contracts, excluding certain supply contracts. This document, ENG FORM 6055, ensures compliance with AR 525-13 and USACE OPORD 2013-74 by mandating reviews by organizational Antiterrorism and OPSEC Officers. It outlines standard contract language and clauses related to AT Level I training, access procedures (CAC and non-CAC), AT awareness for overseas travel, iWATCH/CorpsWatch training, government information system access, OPSEC SOP/Plan requirements, OPSEC training, Information Assurance/IT training and certification, deployment provisions, foreign country performance, handling classified information, escort requirements, facility clearances, E-Verify, armed security guards, and the Threat Awareness Reporting Program (TARP). The document specifically details requirements for janitorial services at Armed Forces Recruiting Facilities across eight states, emphasizing comprehensive cleaning schedules and security protocols. Michael L. Wayne, a GS12, signed off as both the ATO and OPSEC reviewer.
    This government solicitation outlines the evaluation criteria for awarding contracts for custodial/janitorial services, emphasizing best value over lowest price. Proposals will be assessed based on four key factors: Past Performance, Quality Control, Management Plan, and Price. For Past Performance, offerors must submit 3-5 similar projects completed within five years, detailing scope, size (at least 8,000 SF and $20,000 value), and client contact information. Quality Control Programs must include a comprehensive inspection system, deficiency identification, and corrective action procedures. The Management Plan should address personnel, resource management, problem-solving, and invoicing. Price evaluation will be based on submitted Territory Data Pricing Worksheets, assessing monthly costs per square footage against government estimates and accounting for annual escalations. The government reserves the right to consider other information sources for past performance and will favor thorough, well-thought-out proposals that demonstrate clear understanding and capability.
    This document outlines the specifications and requirements for janitorial services for U.S. Army Corps of Engineers leased space. It details the frequency of cleaning—twice or three times weekly, depending on facility size—under conditions that prioritize the presence of Military Service Representatives (MSR) during scheduled cleanings. The contractor must provide all necessary materials, ensuring the use of environmentally friendly products and adherence to industry standards. Key services include trash removal, vacuuming, disinfecting high-touch surfaces, and restroom maintenance, all performed to maintain cleanliness and hygiene. The contractor is responsible for quality control, inspection processes, and compliance with agreed performance standards, with stipulations for corrective actions in case of unsatisfactory results. Identification and background checks are required for all contractor personnel to ensure security within government facilities. The document's structure emphasizes operational guidelines, service frequencies, and compliance measures, reflecting the government's commitment to maintaining high standards in contract management for service procurement. This RFP serves as a comprehensive framework for contracting janitorial services within federal buildings, highlighting the importance of efficiency, accountability, and sustainability in service delivery.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to evaluate contractors' past project performance for U.S. Army Corps of Engineers proposals. Contractors must provide essential information such as their firm name, contract details, project descriptions, and completion dates. The client, who assesses the contractor's performance, fills out the second part of the questionnaire, indicating their satisfaction with various performance categories, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and security. Adjective ratings—ranging from Exceptional to Unsatisfactory—are used for performance evaluation. Clients are encouraged to submit the completed questionnaires directly to the offeror or to USACE. This evaluation forms part of the contractor assessment process critical for future federal grant applications and RFP submissions, ensuring that only reliable and effective contractors participate in government projects. Overall, the questionnaire serves to enhance project accountability and quality by systematically documenting past performance metrics.
    The document outlines a series of territorial real estate listings within six states, detailing the square footage, addresses, and specific properties available in each area: Colorado, Iowa, Minnesota, Nebraska, North Dakota/South Dakota/Wyoming, and Wisconsin. For each territory, designated properties are listed along with their respective square footage to provide a comprehensive analysis of available spaces. In addition to the property listings, the document includes budgetary information, specifying yearly estimates for various properties. It notes metrics such as price per square foot, monthly and annual costs associated with the listed properties. The aim appears to be aligning available space offerings with potential governmental needs or RFPs requiring specific facilities. The content suggests that this is a preparatory document for federal and state procurement opportunities, focusing on the need to identify viable property options for functions potentially covered by grants or RFPs. By compiling this data, stakeholders can assess real estate opportunities that align with government requirements or expansion efforts across the listed territories. Overall, the document serves as a strategic resource for decision-makers in government or affiliated agencies to guide future real estate engagements.
    This document outlines various federal and state/local RFPs related to commercial space listings in multiple territories, specifically detailing address and square footage for properties in Colorado, Iowa, Minnesota, Nebraska, North Dakota/South Dakota/Wyoming, and Wisconsin. Each territory lists numerous properties, providing specific addresses alongside their corresponding square footage, indicating potential sites for government projects or initiatives. The primary purpose is to present available spaces that may be relevant for leasing or grant proposals, assessing suitability for particular projects. The document emphasizes the space specifications but does not provide financial figures or contractual details, focusing instead on inventorying real estate options across these regions. The overall structure categorizes territories by state and organizes the information systematically to facilitate easy navigation and assessment by interested bidders or agencies involved in RFP processes. The absence of financial figures suggests that this file serves as a preliminary overview, likely to accompany future RFPs or grant applications where specific project needs will be matched with available real estate assets.
    The U.S. Army Corps of Engineers has issued a Contract Requirements Package for Janitorial Services at Armed Forces Recruiting Facilities across multiple states, including WY, CO, ND, SD, NE, IA, MN, and WI, under solicitation number W9128F20R0050. The document outlines the need for services that include cleaning designated spaces such as offices, restrooms, and common areas, with varying frequency based on the size of the facilities. Additionally, it mandates adherence to Antiterrorism (AT) and Operations Security (OPSEC) requirements, necessitating a comprehensive review by certified officials before contract approval. Key elements include training for contractor personnel in AT, OPSEC, and information assurance. The contract specifies that contractors must follow specific security protocols when accessing government facilities and handling sensitive information. The thorough procedural approach aims to ensure safety and compliance with military standards in the execution of janitorial services, reflecting the government's ongoing commitment to operational security and personnel safety in sensitive environments.
    The document outlines the evaluation criteria for contract awards related to custodial/janitorial services under federal procurement regulations. The government seeks offers that provide the best overall value, considering multiple factors beyond just price. Key evaluation factors include: 1. **Past Performance**: Offerors must submit detailed information about three to five similar projects completed within five years, including relevance to the current requirements, client contacts, and performance evaluations. Projects for federal agencies, larger size, and geographical diversity may receive favorable consideration. 2. **Quality Control**: Offerors need to present a Quality Control Program that ensures compliance with performance standards, including inspections and corrective action measures to maintain service quality. 3. **Management Plan**: A comprehensive management plan detailing personnel placement, resource management, issue resolution, and invoicing practices is required. Effective coordination and understanding of operational needs will be favorably evaluated. 4. **Price**: Offerors must complete a pricing worksheet based on square footage, accounting for potential annual cost escalations. Competitive pricing would be assessed against a government estimate. The structured approach to evaluation emphasizes quality and performance history over cost alone, aligning with government RFP standards to ensure effective service delivery.
    The document addresses inquiries regarding the solicitation for janitorial services as part of the W9128F-25-Q-A033 project. It states that the solicitation will be released the following week. The previous contract was a Multiple Award Task Order Contract (MATOC) that encompassed about 100 locations over five years. Information about current or former contractors and their pricing is not immediately available and requires formal release, which is expected to be a slow process. Interested parties are encouraged to submit a Freedom of Information Act request for further details. No additional questions will be entertained before the solicitation release. This communication is typical in the context of government RFPs, where transparency and regulated access to information are essential components of the bidding process.
    The document pertains to the solicitation process for janitorial services (RFP W9128F-25-Q-A033) under a Multiple Award Task Order Contract (MATOC). It indicates that the solicitation will be released in the following week and mentions that the previous contract involved multiple awardees and covered approximately 100 locations over a five-year period. Details regarding the previous contract's pricing and contractor identity are not easily accessible and would require a Freedom of Information Act (FOIA) request. Additionally, the document states that as this is a pre-solicitation notice, further details about the scope of work and site specifications will be included with the forthcoming solicitation. In summary, this pre-solicitation notice outlines key timelines and procedures related to the upcoming bidding process for janitorial services, ensuring compliance with transparency and facilitator communications prior to the official release.
    The government file W9128F25QA033 addresses questions and answers for a federal solicitation, likely a multi-award contract (MATOC) covering approximately 100 locations over five years. The solicitation, to be released next week, will include the Performance Work Statement and site specifications. Key information such as previous contract pricing and detailed HVAC make/model information is not readily available, with floor plans withheld for security. Proposals are due by June 12, 2025, at 2:00 PM CST and must be submitted as per instructions in the SF1449 form, which has been attached. Bidders must include applicable taxes and factor in prevailing wages (Service Contract Labor Standards). Contractors are responsible for providing consumables like trash can liners, paper towels, hand soap, and toilet paper, but not light bulbs (disposal provided by facility) or HVAC filters (provided by government). Bidding requires offering on all locations within a chosen territory, with a minimum of one and maximum of six territories. Pricing for window and HVAC cleaning should be prorated into the monthly square foot price, and contractors should assume 50% carpet/50% tile for flooring and that most exterior windows are on the first floor. No site visits or extensions to the deadline will be granted.
    The document addresses a query related to the HVAC systems and floor plans of facilities in Wisconsin as part of a federal Request for Proposal (RFP). The inquiry specifically sought information about the make and model of the HVAC systems at the facilities and requested floor plans that detail the total square footage of carpeted areas. In response, it was noted that the HVAC information is not readily available, and the floor plans cannot be provided due to security concerns. This exchange reflects typical interactions in government contracting, where sensitive information may be restricted to protect public safety and security, highlighting the importance of compliance with regulations while managing accessibility to necessary data in federal initiatives.
    The file details the Question and Answer session related to the upcoming solicitation W9128FQA033 for a government project set to be released shortly. Key points include that the previous contract was a Multi-Award Task Order Contract (MATOC) covering multiple locations for five years. The specifics regarding the prior contractor's pricing are inaccessible without a Freedom of Information Act (FOIA) request. Furthermore, the Performance Work Statement and site specifications will be outlined in the official solicitation, as this document serves as a pre-solicitation notice. Concerns regarding HVAC system details and floor plans for Wisconsin facilities are not addressed due to availability issues and security reasons, respectively. Proposals should be submitted according to the instructions found in the attached solicitation document, which notably includes the now-attached SF1449 form. This initiative reflects the government's standard process in seeking proposals and ensuring transparency while maintaining necessary confidentiality and security measures.
    The document outlines the responses to inquiries regarding the W9128FQA033 v.3 solicitation, set to be released next week. It indicates that the previous contract operated under a Multiple Award Task Order Contract (MATOC) across about 100 locations over five years, but specific contractor pricing details are unavailable without a Freedom of Information Act request. As this is a pre-solicitation notice, comprehensive details on performance work statements and specifications will be included in the upcoming solicitation. Moreover, HVAC system specifications and floor plans for Wisconsin facilities are not publicly accessible due to security concerns. Submission guidelines for proposals are noted to be found on page 27 of the solicitation. While the SF1449 form is provided, the contractor will not supply light bulbs. Overall, the document serves as an informational guide for prospective bidders, emphasizing the solicitation's upcoming release and procedural details for proposal submission and project scope.
    The document is a Q&A session regarding the solicitation for project W9128FQA033, set for release next week. It clarifies several inquiries from potential contractors about the bidding process and project details. The previous contract was a multiple award task order (MATOC) covering around 100 locations over five years, but specific pricing for former contractors requires a Freedom of Information Act request. Key aspects such as the Performance Work Statement and site specifications will be included in the upcoming solicitation. Notably, HVAC system information and building floor plans are not publicly available for security reasons. The submission process for proposals is outlined in an attached solicitation document, and while there was an erroneous price noted, contractors can propose their own rates. Bidders must submit proposals for all locations within a chosen territory to qualify for consideration. The responses reflect standard procedures and constraints within the federal contracting framework for this project.
    This document pertains to the W9128FQA033 v.4 solicitation, providing updates and answers to inquiries regarding the upcoming contract. The solicitation is set to be released next week, following a previous MATOC contract with multiple awardees across ~100 locations for five years. Detailed scope documents and Performance Work Statements will be included in the solicitation. Security concerns prevent the release of floor plans, and HVAC system details are not readily accessible. Proposals are to be submitted by June 12, 2025, at 2:00 PM CST, adhering to guidelines found on page 27 of the attached solicitation. Contractors may bid on various territories, with instructions specifying that all locations within a chosen territory must be bid on collectively. Various clarifications were provided, including that the contractor does not supply light bulbs and an explanation for listing locations on SAM.gov. The $1 per square foot price mentioned is erroneous. This notice emphasizes the importance of adhering to proposal instructions due to the extensive geographical scope covered.
    The document consists of questions and answers related to the upcoming solicitation W9128FQA033 v.6, set to be released on June 12, 2025. It addresses various inquiries from potential contractors about the project’s scope, requirements, and submission guidelines. Key points include the absence of available HVAC information and floor plans for security reasons, the necessity of submitting a completed proposal via the designated channel on pg. 27, and the clarifications on pricing for services, which are determined by the contractor rather than fixed rates. A prevailing wage requirement is stipulated, and contractors must submit bids for all locations within a specific territory to qualify. Importantly, no deadline extensions will be granted, and proposals are due by 2 PM CST on the specified date. The answers consolidate pre-solicitation details, indicating a structured process for contractors preparing their proposals while emphasizing compliance and procedural integrity in the bidding process.
    The document contains a set of questions and answers related to the forthcoming solicitation W9128F25QA033, providing vital information for contractors interested in submitting proposals. The solicitation is expected to be released next week and covers multiple locations over five years under a MATOC contract. Noteworthy details include that HVAC and floor plan specifications will be included in the solicitation, while certain information, including the current or past contractor’s pricing, is not publicly available without a FOIA request. The proposal submission deadline is set for June 12, 2025, at 2:00 PM CST, with an emphasis that no extensions will be granted. Contractors are responsible for procuring consumable products but are not required to provide light bulbs or HVAC filters, as these will be supplied by the government. Furthermore, various pricing instructions are clarified, including that the contractor has leeway to determine their pricing per location, and must bid on all sites within chosen territories. The document emphasizes inclusion of prevailing wages and sales tax in bids, highlighting the structured requirements typical of federal procurement processes. Overall, the Q&A reinforces essential considerations for contractors navigating the bidding landscape.
    This document outlines a Multiple Award Task Order Contract (MATOC) for janitorial services at Armed Forces recruiting offices across Colorado, Iowa, Minnesota, Nebraska, North Dakota, South Dakota, Wisconsin, and Wyoming. The contract, valued at up to $4,000,000 over five years (July 1, 2025, to June 30, 2030), is set aside for Women-Owned Small Businesses (WOSB). Task orders will be awarded annually based on qualifications, price, and contractor performance after the first year. The document includes detailed Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like small business set-asides, combating human trafficking, supply chain security, and prohibitions on certain foreign telecommunications and software. Key clauses address contractor responsibilities for System for Award Management (SAM) registration, CAGE code maintenance, and restrictions on using ByteDance (TikTok) and Kaspersky Lab products. The contract also specifies ordering procedures, limitations, and the role of a Task-Order and Delivery-Order Ombudsman.
    This document is an amendment to a solicitation, identified by amendment number 0001, for a contract under requisition number W9128F25QA033, originally dated May 15, 2025. The amendment, effective June 23, 2025, is issued by W071 ENDIST OMAHA KO CONTRACTING OFFICE. Its primary purpose is to correct and complete FAR provision 52.212-2, which was partially omitted in the original solicitation. The corrected provision clarifies the evaluation criteria, stating that past performance, quality control, and management plan are significantly more important than price. It also outlines how options will be evaluated for award purposes and the conditions under which a binding contract is formed upon award or acceptance of an offer. The amendment emphasizes that offers must acknowledge receipt of this modification by specified methods to avoid rejection.
    The document outlines the solicitation for a Multiple Award Task Order Contract (MATOC) related to janitorial services for Armed Forces recruiting offices across multiple states. The contract period extends from July 1, 2025, to June 30, 2030, with an estimated budget of $4 million. It emphasizes that task orders will be issued annually, contingent on each contractor’s performance and geographic proximity for effective management. Compliance with current wage determinations and specific contract clauses is mandatory. The solicitation also contains numerous provisions and clauses from the Federal Acquisition Regulation (FAR) to ensure adherence to laws and standards governing government contracts. Key clauses include terms for small business participation, the requirement for contractors to report labor standards and violations, and prohibitions against using specific types of telecommunications and surveillance services. The emphasis on small business opportunities supports federal mandates for equitable access and ensures service quality through rigorous contractor evaluation. Overall, this solicitation reflects the federal government's commitment to maintaining clean and safe recruiting environments while supporting small businesses and ensuring lawful compliance throughout the contracting process.
    The document is an amendment to a solicitation for federal contracts, specifically addressing changes related to the evaluation criteria. It modifies the original solicitation by including a complete provision for evaluating offers based on past performance, quality control, and management plans, which are deemed significantly more important than price. Additionally, it clarifies the evaluation of options, stating that option prices may lead to rejection if they are unbalanced. A formal acceptance notice will result in a binding contract. Amendments also require bidders to acknowledge receipt and provide options for modifying previously submitted offers. This document is part of the procurement process, ensuring transparency and clear communication between the government and contractors as they seek services.
    The document provides a set of questions and answers related to the solicitation W9128F25QA033, set to be released the following week. It covers a broad construction and maintenance contract involving multiple locations across various states. Key points include that contractors must submit inquiries regarding the solicitation before its release, and details on site plans or HVAC specifics are withheld for security reasons. Proposals are due by June 12, 2025, with no extensions granted. Contractors are responsible for consumable supplies and must ensure the inclusion of prevailing wage considerations in their bids. Though some pricing guidelines are mentioned, contractors are advised to avoid making assumptions when pricing certain services, like window and HVAC cleaning. Additional specifics are pending regarding square footage and materials used within facilities. The solicitation aims to attract qualified contractors while ensuring compliance with local tax laws and safety standards, reflecting the federal commitment to transparency and responsible contracting.
    Similar Opportunities
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    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.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    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.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.