ContractSolicitationWomen-Owned Small Business

Janitorial Services Star base Sacramento CA ARNG

DEPT OF DEFENSE W912LA-25-Q-A099
Response Deadline
Oct 14, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Women-Owned Small Business
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the California Army National Guard, is soliciting proposals for janitorial services at the STARBASE Sacramento facility in California. The contract requires the provision of comprehensive custodial services, including routine cleaning three times a week, deep cleaning twice a year, and management of waste and cleanliness in designated areas. This procurement is particularly significant as it supports the maintenance of a safe and healthy environment for educational activities at the facility. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their quotes by October 14, 2025, at 10:00 AM PST, and can direct inquiries to Contracting Officer Thomas Lamont at thomas.r.lamont3.civ@army.mil.

Classification Codes

NAICS Code
561499
All Other Business Support Services
PSC Code
S201
HOUSEKEEPING- CUSTODIAL JANITORIAL

Solicitation Documents

8 Files
01 W912LA25QA099 ATTACHMENT 1 CONTRACT LINE ITEMS CLINs for vendor Quotes.pdf
PDF118 KBSep 24, 2025
AI Summary
The document, Attachment #01 Starbase Sacramento: Supply/Services Prices/Costs Quote, outlines a request for proposal (RFP) for comprehensive custodial services at Starbase Sacramento. The RFP details various service line items, including regular custodial services, twice-a-year deep cleaning (in December and July), and incidental/emergency services. The pricing arrangement for all services is specified as Firm Fixed Price, with a Product Service Code of S201. The document includes a base period for these services, followed by two optional one-year extensions (Option #1 and Option #2) for the same scope of work. Additionally, there is a six-month option to extend services (per FAR 52.217-8) which includes a separate line item for December-only deep cleaning. The contractor is required to provide all necessary equipment, material, and labor in accordance with the Performance Work Statement and its Technical Exhibits. This attachment serves as a template for vendors to quote their unit prices and total amounts for each service and option period.
02 W912LA25QA099 ATTACHMENT 2 ADDENDUM INSTRUCTIONS AND EVALUATION CRITERIA.pdf
PDF194 KBSep 24, 2025
AI Summary
The document outlines the instructions and evaluation criteria for RFP W912LA25QA099, seeking custodial services for Starbase Sacramento. Quoters must submit their proposals electronically in two volumes: Volume I, the Quote, containing completed contract line items and fill-in clauses, and Volume II, Past Performance, detailing relevant experience from up to three recent awards. Proposals must adhere to specific formatting requirements, including font size and page limits. The evaluation will prioritize both past performance and price, with the Government awarding the contract to the most advantageous offer. Past performance will be assessed based on recency (within three years), relevancy (similar scope and magnitude), and overall quality, while price will be evaluated for fairness and reasonableness. The Government may also use external sources for past performance data.
03 W912LA25QA099 ATTACHMENT 3 OTHER PROVISIONS AND CLAUSES.pdf
PDF410 KBSep 24, 2025
AI Summary
This government file, W912LA25QA099 ATTACHMENT 3, outlines the “OTHER PROVISIONS AND CLAUSES” for an RFP, grant, or state/local RFP. It details numerous clauses incorporated by reference and by full text, primarily focusing on compliance, certifications, and representations required from offerors. Key areas covered include restrictions on payments to influence federal transactions, System for Award Management (SAM) registration and maintenance, prohibitions on specific telecommunications equipment, safeguarding defense information, and various small business program representations (e.g., small business, veteran-owned, women-owned). The document also addresses ethical conduct, reporting requirements, environmental considerations (e.g., biobased products, greenhouse gas emissions), Buy American and Trade Agreements acts, and prohibitions against contracting with inverted domestic corporations or entities involved in certain activities related to Iran. Offerors must provide detailed certifications regarding their business status, ownership, and compliance with federal regulations.
04 W912LA25QA099 ATTACHMENT 4 PWS for STARBASE SAC custodial SVC.pdf
PDF247 KBSep 24, 2025
AI Summary
This Performance Work Statement (PWS) outlines requirements for janitorial services at STARBASE Sacramento, encompassing two buildings (Suite 1 and Suite 2) with a total area of 5,618 sq ft, plus outdoor lunch areas. The contract includes a 12-month base period and a 12-month option year, with services to be performed three times a week (Monday, Wednesday, Friday) between 2:00 PM and 3:30 PM PST, excluding recognized US and California holidays. The contractor is responsible for providing all necessary equipment, materials, and supervision, while the government provides the workspace and utilities. Key responsibilities include maintaining cleanliness, promoting health and safety, managing waste, and ensuring professional service. The PWS also details requirements for quality control, security clearances, access procedures, various training (AT Level 1, iWATCH, OPSEC), protection of Personally Identifiable Information (PII), and special cleaning services (incidental, special event, and twice-yearly deep cleaning). The contractor must be a legal U.S. resident and communicate in English.
05 W912LA25QA099 ATTACHMENT 5 WAGE DETERMINATION 2015_5631 AS OF 8Jul2025.pdf
PDF715 KBSep 24, 2025
AI Summary
This SAM.gov Wage Determination (No. 2015-5631, Revision No. 25, dated 07/08/2025) outlines minimum wage rates and benefits for service contracts in El Dorado, Placer, Sacramento, and Yolo Counties, California. It specifies two Executive Orders (14026 and 13658) setting minimum wages at $17.75 and $13.30 per hour, respectively, depending on the contract award date. The document lists numerous occupational categories—including Administrative Support, Automotive Service, Health, and IT—with corresponding hourly rates. It details fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions for computer employees, hazardous pay, night and Sunday differentials for air traffic controllers/weather observers, and uniform allowances are also included. A conformance process is provided for unlisted occupations to ensure fair compensation.
06 W912LA24QA099 ATTACHMENT 6 SITE VISIT FORM SAC.pdf
PDF92 KBSep 24, 2025
AI Summary
The Site Visit Attendee Form outlines the requirements for attending a site visit at STARBASE Sacramento on September 18, 2025, at 10:00 A.M. PST. The purpose of the visit is to provide an understanding of existing site conditions and building layout, but no questions will be answered during the tour. Attendees must submit the form by September 16, 2025, at 10:00 A.M. PST, and companies are limited to two representatives. A government-issued photo ID is required for entry and must be submitted with the form. Late attendees may be denied entry. The form requires attendee names, email addresses, and phone numbers, and should be emailed to CPT Kyle Brown and Ms. Melissa Thach.
W912LA25QA099 SB SAC FINAL QUESTIONS ANSWERS.pdf
PDF159 KBSep 24, 2025
AI Summary
This document, W912LA25QA099, provides government responses to vendor questions regarding the STARBASE Sacramento Custodial Service contract. Key aspects include mandatory identification badges for contractor personnel and service hours from 2:00 PM to 3:30 PM (PST) on Monday, Wednesday, and Friday. Contractors must provide all janitorial supplies, equipment, and materials at their own expense, including items like paper towels and toilet paper. There are six outdoor lunch tables and six trash receptacles. Students will not be on-site during service times, but contractors should wait for their departure. Cleaning requirements include a breakroom table (not office desks), twice-yearly deep cleaning involving carpet shampooing and stripping/refinishing linoleum floors in December and July, and sweeping/hosing down outdoor mats. Artificial turf cleaning is not required. A janitorial closet is available for storage, and dumpsters are located south of building 2. No other services are required beyond those outlined.
07 W912LA25QA099 ATTACH 7 SB SAC Pictures.pdf
PDF2342 KBSep 24, 2025
AI Summary
The document, identified by the code W912LA-25-Q-A099 SB SAC, appears to be a listing of various locations within two buildings, specifically "Building No 1 Classroom," "Building No 1 Hallway," "Building No 2 Classroom," "Building No 2 Entrance," and "Building No 2 Hallway." The repeated identifier alongside each location suggests this document is likely an inventory or a scope of work related to these areas, possibly for a federal government Request for Proposal (RFP) or a grant application. Given the "End of Pictures" notation, it is probable that this text accompanies a series of photographic exhibits detailing the current condition or proposed work for each listed location within the two buildings.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 11, 2025
amendedAmendment #1· Description UpdatedSep 16, 2025
amendedAmendment #2· Description UpdatedSep 17, 2025
amendedAmendment #3Sep 19, 2025
amendedAmendment #4Sep 19, 2025
amendedLatest AmendmentSep 24, 2025
deadlineResponse DeadlineOct 14, 2025
expiryArchive DateOct 29, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7MX USPFO ACTIVITY CA ARNG

Point of Contact

Name
THOMAS R LAMONT

Place of Performance

Sacramento, California, UNITED STATES

Official Sources