129 CEF - Base Janitorial Services
ID: W50S8X25QA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 129MOFFETT FIELD, CA, 94035-0103, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the proposed janitorial services contract for various buildings at Moffett Air National Guard Base (ANGB) for FY 2024. It includes detailed floor layouts for multiple buildings, each indicating areas designated for cleaning—specifically referred to as "GREEN areas." The contract specifies that only these areas are to be serviced, and it highlights the locations of janitorial closets, restrooms, classrooms, and break rooms. The critical mapping provided integrates various building features and points of entry, including main gates and access routes. Furthermore, the document emphasizes adherence to safety and operational protocols, showcasing the California Air National Guard's commitment to maintaining clean and effective environments in support of their operational readiness. This contract proposal exemplifies a government initiative to outsource facility management and ensure compliance with cleanliness standards in military infrastructure.
    The provided document details federal and state RFPs as well as grant opportunities, specifically referencing identifiers B484 and B545. These RFPs aim to solicit proposals for various government projects, indicating the government's ongoing commitment to engage with community and private sector stakeholders. Each RFP outlines targeted objectives, eligible applicants, funding availability, and essential criteria for proposal submissions, aiming to enhance public services through collaborative efforts. This approach fosters innovation and responsiveness to community needs, emphasizing transparency and accountability in the procurement process. Overall, the document serves as a critical resource for potential applicants seeking to understand and navigate government funding opportunities while promoting civic involvement and economic development.
    The document outlines the solicitation for a contract aimed at providing janitorial services specifically for Moffett Field ANGB, CA. The acquisition falls under the Women-Owned Small Business (WOSB) program and is valued at up to $22 million. The project will span 12 months, commencing on March 3, 2025, and requires regular service across weekdays, excluding federal holidays and closures due to emergencies. It incorporates various clauses and regulations as stipulated by the Federal Acquisition Regulation (FAR), including compliance with service contract labor standards and electronic payment procedures. Key details include a comprehensive statement of work outlining performance requirements and an attached wage determination reflecting compensation guidelines for contractor workers. The solicitation also emphasizes the importance of adhering to social responsibility clauses and operational standards, such as ensuring equal opportunity for workers. The document serves as a formal framework for contracting officers to identify suitable vendors while supporting the government's initiative to engage small businesses, especially those owned by women. Overall, this request for quotes illustrates the government's commitment to industry inclusion and compliance with legal standards.
    This document serves as an amendment to a federal solicitation, updating and extending the receipt date for offers while outlining acknowledgment procedures for the amendment. It details rules for modifying existing contracts and includes new additions of clauses and provisions relevant to solicitations for commercial products and services. Key amendments include the incorporation of a Questions and Answers document, specific clauses related to instructions to offerors, and the evaluation criteria for offers. The amendment emphasizes the importance of submitting conforming quotes that meet solicitation requirements, the necessity of holding prices firm for a specified period, and guidelines for evaluations based on price and other factors. Additionally, the summary discusses the submission process, late submissions, and the procedure for potential contract inspections. The overall aim is to streamline the procurement process while ensuring compliance with federal acquisition regulations and providing clear instructions to potential contractors regarding the requirements and evaluation of their bids. Overall, this amendment reflects the government's ongoing efforts to facilitate transparent and effective procurement in accordance with established guidelines.
    This document serves as an amendment to a federal solicitation, specifically regarding a contract for janitorial services by the California Air National Guard (CAANG). Key changes include the updating of the Statement of Work (SOW), providing new site maps, incorporating a trash bin map, and updating a Q&A document related to the solicitation. The response deadline for offers has been extended to March 6, 2025. The amendment seeks to ensure clarity by removing and modifying attachments, thus reflecting the most current requirements and expectations of the contract. This document outlines submission instructions for offers, emphasizing the importance of acknowledgment of the amendment prior to the specified deadline. It also elaborates on the evaluation criteria for the bids, where price and adherence to requirements will be the primary factors considered for award. Additionally, the document includes procedural details for quote acceptance, communication standards, and requirements for multiple offers, ensuring compliance with established federal acquisition regulations. Overall, it highlights the government's intent to maintain updated and efficient procurement processes while fostering fair competition among potential contractors.
    The document outlines a one-year janitorial contract for custodial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contractor is responsible for providing labor and supervision to ensure thorough cleaning in various buildings on the base, while the government will supply cleaning materials and equipment. Key responsibilities include sweeping, mopping, scrubbing surfaces, and maintaining restrooms, with minimum performance standards defined. The contractor must operate during specified working hours and adhere to installation access and security protocols while ensuring that appropriate identification and professional appearance is maintained by staff. Detailed cleaning frequencies are established, covering daily to annual tasks, and a cleaning schedule must be developed. Additionally, safety precautions are emphasized, including the reporting of emergencies and maintaining safety data sheets for cleaning products. The overall purpose is to ensure a clean and safe working environment for Air National Guard personnel while adhering to federal regulations and operational standards.
    The document outlines a one-year janitorial contract for custodial services at the 129th Rescue Wing facilities, located at Moffett Air National Guard Base in Mountain View, California. The contractor is responsible for comprehensive cleaning of multiple facilities, with the government providing necessary cleaning supplies and equipment. Key responsibilities include sweeping, mopping, sanitizing restrooms, and maintaining cleanliness in various areas according to specified frequency standards (daily, weekly, and monthly). The contract stipulates working hours, identification requirements for contractor personnel, and compliance with security protocols for access to the installation. Furthermore, it emphasizes the need for regular inspections and a systematic schedule for cleaning tasks. Overall, this document serves as a formal request for proposals, setting clear expectations for service delivery while the government finalizes a long-term janitorial contract.
    The document details various locations and entities associated with waste management and infrastructure at a site, including trash bin placements and temporary trailers, around a National Guard Air Base and nearby structures such as Amazon and Meta (formerly Facebook). It mentions multiple street names, coordinates, and operational sites, indicating an ongoing construction or maintenance project. Overall, the focus is on the logistics of waste disposal in relation to several commercial and military entities.
    The document provides responses to inquiries regarding solicitation W508SX24QA013, which involves a proposal submission for services related to multiple buildings, indicating that proposals must comply with the addendum to FAR 52.212-1 as prescribed in Amendment 0001. It addresses questions about evaluation factors, confirming that these details are also included in the same amendment. The agency currently operates without a contract and employs no staff, managing services in-house. The square footage for various buildings and service areas is detailed, with specifications laying out both overall building sizes and specific regions needing service. The solicitation stipulates that while a site visit is scheduled for February 12, it is not mandatory for bidders, although they should not expect claims post-award due to failure to inspect. The clarifications are aimed at ensuring potential bidders understand requirements and can adequately prepare their proposals for consideration.
    The document addresses questions and responses related to the cleaning service solicitation referenced as W50S8X25QA013, effective February 20, 2025. The main topic revolves around clarifications needed by prospective bidders regarding the proposal submission, evaluation factors, site visit requirements, incumbent contracts, and detailed specifications of the facilities involved. Key points include the non-mandatory nature of the site visit, confirmation that this solicitation does not have a current contract or employees, and the expectation for bidders to clean designated areas weekly rather than daily. The agency will not provide budget or past contract amounts, and contractors are responsible for cleaning multiple buildings, with allowances for flexible scheduling within agreed guidelines. Additionally, the document clarifies that bathroom and sanitation responsibilities do not include specific toiletries and that certain areas require specific cleaning standards. Overall, the purpose of the document is to provide necessary information to potential bidders while outlining expectations and requirements for the cleaning service contract within the federal framework.
    The document is a Wage Determination under the Service Contract Act (SCA) from the U.S. Department of Labor, detailing minimum wage requirements and fringe benefits for federal contracts in Santa Clara County, California. It outlines that contracts effective on or after January 30, 2022, must pay at least $17.75 per hour, while those awarded between 2015 and January 29, 2022, should comply with a rate of $13.30 unless otherwise specified. The document provides comprehensive tables of wage rates for various occupations, indicating required fringe benefits, specifically health and welfare and vacation entitlement. Key components include guidelines on paid sick leave for federal contractors, maintenance of uniform allowances, and necessary procedures for classifying additional job positions not listed. It emphasizes that compliance with the SCA is mandatory, highlighting worker protections and wage rights under relevant executive orders. This wage determination serves as a critical reference for contractors seeking to align with federal labor standards, ensuring fair compensation for workers in contracted services across federal projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Armed Forces Career Center Janitorial - Eureka, CA Base + 4
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Armed Forces Career Center in Eureka, California, with a contract value estimated at approximately $22 million over a base year and four optional years. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to perform comprehensive cleaning services, including bi-weekly maintenance of offices, restrooms, and common areas, while adhering to federal regulations and quality control standards. This procurement aims to ensure a clean and safe environment for government operations, promoting participation from small businesses, particularly Women-Owned Small Businesses (WOSB). Interested contractors should contact Luis Valencia at luis.a.valencia@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details and to confirm participation in the upcoming site visit, with proposals due by the specified deadline.
    Fairfield Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide janitorial services in Fairfield, California, under a presolicitation notice. The procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561720, which pertains to janitorial services. These services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and healthy environment for personnel. Interested parties can reach out to Henry Barron at henry.d.barron@usace.army.mil or Raymond Greenheck at Raymond.R.Greenheck@usace.army.mil for further information regarding the opportunity.
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers-New England District, is seeking qualified small business contractors to provide janitorial services at 11 recruiting center locations across Massachusetts and Rhode Island. The contract requires comprehensive cleaning services, including regular trash removal, vacuuming, disinfecting high-touch areas, and restroom sanitation, scheduled either twice or thrice a week depending on the facility size. This procurement is crucial for maintaining cleanliness and hygiene standards in federal facilities, ensuring compliance with safety and health regulations. Interested vendors must have an active registration in SAM.gov and submit their quotes by March 19, 2025, at 2:00 PM Eastern Time; for further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Janitorial Services, Mountain Home Project Office
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide janitorial services for the Mountain Home Project Office, Bull Shoals Powerhouse, and Norfork Powerhouse in Arkansas. The procurement requires offerors to supply all necessary personnel, equipment, and supplies to fulfill the janitorial services, with a performance period extending from the date of award until March 31, 2030. This contract is vital for maintaining cleanliness and operational efficiency at these facilities, ensuring compliance with federal standards. Interested parties must register with SAM.gov and submit their quotes by March 31, 2025, at 2:00 P.M. CST, and can contact Brandee M Wright at brandee.m.wright@usace.army.mil for further information.
    US Armed Forces Recruiting Center Janitorial
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for janitorial services at the US Armed Forces Recruiting Center located in San Pablo, California. This procurement is a Total Small Business Set-Aside, aimed at providing comprehensive housekeeping and custodial services to maintain the facility's cleanliness and operational efficiency. The contract is categorized under NAICS code 561720 and PSC code S201, highlighting the importance of these services in supporting military recruitment efforts. Interested parties should reach out to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details, as the presolicitation notice indicates that proposals will be evaluated based on the qualifications of the bidders.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at Fort Riley, Kansas, under a solicitation set aside for 8(a) businesses. The contract will encompass custodial services for approximately 130 buildings, covering over one million square feet, including various facilities such as administrative offices, child development centers, and community spaces. This procurement is crucial for maintaining cleanliness and hygiene standards across military installations, ensuring a safe environment for personnel and visitors. Interested contractors must submit their proposals by March 20, 2025, with inquiries directed to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    Custodial Services IL190 - Quincy, IL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for custodial services at the facility located at 2611 Weiss Lane, Quincy, IL. The procurement involves providing all necessary labor, transportation, equipment, materials, supervision, and other items required for comprehensive custodial services, in accordance with the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment for operations. The period of performance is set to begin on April 1, 2025, and will run through March 31, 2026, with the possibility of four additional twelve-month option periods and a six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Amy Lewellen at amy.e.lewellen.civ@army.mil or 502-898-4980 for further details.
    Pine Flat Lake Janitorial
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for janitorial services at the Pine Flat Lake and Dam Project in Fresno County, California. The contract aims to provide comprehensive cleaning services at various locations including the Pine Flat Headquarters compound and several recreation areas, allowing contractors the flexibility to propose innovative solutions while adhering to minimum performance standards. This performance-based service contract is crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and pleasant environment for visitors and staff. Interested parties should contact Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Janitorial Services at the Isabella Resident Office
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking proposals for janitorial services at the Isabella Resident Office located in Lake Isabella, California. This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the importance of supporting women-owned enterprises in federal contracting. The janitorial services required will encompass housekeeping and custodial tasks essential for maintaining a clean and functional office environment. Interested vendors can reach out to Mary Noonan at mary.m.noonan@usace.army.mil or by phone at 916-557-7599, or contact Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil or 916-557-7929 for further details.
    Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for cleaning and janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract requires the selected contractor to provide all necessary personnel, equipment, and materials to maintain the cleanliness and safety of recreation facilities, including tasks such as garbage removal, restroom sanitation, and ground maintenance. This initiative emphasizes the federal government's commitment to engaging small businesses, specifically Women-Owned Small Businesses (WOSB), in federal contracting opportunities. Proposals must be submitted electronically by 1400 CT on April 15, 2025, with the contract spanning one base year from April 30, 2025, to April 29, 2026, and four optional renewal years. Interested parties can reach out to Marc Proietto or Daniel D. Monahan via email for further inquiries.