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 quotes for janitorial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contract will require the selected contractor to provide all necessary labor and supervision for comprehensive custodial services, while the government will supply cleaning materials and equipment. This procurement is crucial for maintaining cleanliness and hygiene within military facilities, ensuring a safe and operational environment for personnel. Interested contractors should attend a mandatory site visit on February 12, 2025, at 10:00 AM PST, and 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 the contract valued at up to $22 million over a 12-month period.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 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
    30 OSS Airfield Window Cleaning & Janitorial Services
    Buyer not available
    The Department of Defense, through the United States Space Force, is soliciting proposals for window cleaning and janitorial services at Vandenberg Space Force Base in California. The procurement encompasses recurring window cleaning, dusting, stairwell cleaning, and carpet cleaning across multiple buildings, including the Air Traffic Control Tower, with services expected to commence on March 20, 2025, and last for one year. This initiative is crucial for maintaining operational readiness and safety at military facilities, while also promoting small business engagement, as the contract is set aside for small businesses under NAICS code 561720. Interested parties must submit their quotes by February 12, 2025, and direct any inquiries to Andrew Gabel or Aaron Morse via email.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Hood and Duct Cleaning Services at Vandenberg Space Force Base (VSFB) in California. This procurement, identified as Request for Quote Number FA461025Q0008, is aimed at ensuring compliance with National Fire Protection Association (NFPA) standards through systematic cleaning of commercial exhaust systems across multiple facilities. The contract will be a Firm Fixed Price (FFP) arrangement, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years, plus a potential six-month extension. Interested vendors must submit their quotes by February 24, 2025, and are encouraged to attend a site visit on February 11, 2025, to familiarize themselves with the locations involved. For further inquiries, contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil.
    FY 25 Maxwell Lodging Guest Rm Carpet Cleaning (revised Amendment 002)
    Buyer not available
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for steam cleaning carpets in various guest room buildings as part of a Non-Appropriated Funds (NAF) project. The procurement involves cleaning carpets in a total of 1,072 guest rooms across multiple buildings, with specific requirements outlined in the Statement of Work, including the stipulation that no furniture will be moved during the cleaning process. This initiative is crucial for maintaining cleanliness and operational standards within military lodging facilities. Interested contractors must submit their quotes by February 5, 2025, and are encouraged to attend a site visit on January 30, 2025, to assess the work requirements. For further inquiries, contractors can contact Sean Johnson at sean.johnson.54@us.af.mil or William Stallings at william.stallings.1@us.af.mil.
    HARRY S. TRUMAN LAKE PROJECT - FY25 VISITOR CENTER AND PROJECT OFFICE JANITORIAL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide janitorial services for the Harry S. Truman Lake Project in Missouri. The contractor will be responsible for maintaining clean and sanitary conditions at the Project Office and Visitor Center, including the provision of all necessary personnel, equipment, supplies, and materials as outlined in the performance work statement. This procurement is crucial for ensuring a welcoming and hygienic environment for visitors and staff at the facility, with services required to meet established performance standards on a daily, weekly, and monthly basis. Quotes are due by February 6, 2025, at noon CST, and interested parties should contact Angella Curran at angella.curran@usace.army.mil or 816-389-3816 for further information. The contract is set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes options for two 12-month renewals.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, covering approximately 130 buildings and over 1 million square feet of space. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform custodial tasks, including daily cleaning, sanitization, and waste removal, particularly in high-use facilities such as child development centers and administrative buildings. This contract is crucial for maintaining a clean and safe environment for the post's population of approximately 16,000 military and civilian personnel. Interested contractors should contact Selvena Carter at selvena.b.carter.civ@mail.mil or Richard Brown at richard.d.brown144.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    Lodging to Support Training, May2025-Apr2026
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for lodging services to support the training drills of the 144th Fighter Wing at the Fresno Air National Guard Base from May 1, 2025, to April 30, 2026. The procurement aims to secure accommodations for approximately 144 personnel, requiring both single and double occupancy rooms that comply with federal, state, and local safety standards, while also ensuring competitive pricing and quality service. This opportunity is particularly significant as it is set aside exclusively for small businesses under NAICS code 721110, with an estimated total award amount of $40 million, emphasizing the government's commitment to promoting small business participation. Interested vendors must submit their quotes electronically by February 6, 2025, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call 559-454-5129.
    Janitorial Services at Cottonwood Campground near Gavins Point Dam, NE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting quotes for janitorial services at the Cottonwood Campground, part of the Gavins Point Project in Nebraska. The contractor will be responsible for providing comprehensive cleaning services across various recreation areas, including restrooms and public facilities, ensuring a clean and safe environment for visitors. This fixed-price, performance-based contract emphasizes measurable outcomes and spans from April 14, 2025, to April 13, 2029, with options for extensions. Interested small businesses must register in the System for Award Management (SAM) and submit their quotes by February 18, 2025; for further inquiries, contact Kimberly Johnson at kimberly.b.johnson@usace.army.mil or Constance Ellard at constance.r.ellard@usace.army.mil.
    Park Cleaning and Janitorial Services, Fort Supply, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Park Cleaning and Janitorial Services at Fort Supply Lake, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at providing essential custodial services to maintain the cleanliness and upkeep of the park facilities. The contract falls under the NAICS Code 561720, which pertains to Janitorial Services, and is crucial for ensuring a safe and welcoming environment for visitors. Interested small businesses should note that the site visit is scheduled for January 31, 2025, at 10:00 AM Central Time, and can reach out to Cheryl Hakel at cheryl.d.hakel@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL for further inquiries.
    Custodial Services at KS065 (MS) - Tonganoxie, KS & Kansas City, MO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for custodial services at two federal facilities located in Tonganoxie, Kansas, and Kansas City, Missouri. The contract, which is set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), encompasses a performance period from March 1, 2025, to February 28, 2026, with options for four additional years and a six-month extension. These custodial services are crucial for maintaining hygiene and operational efficiency in government facilities, ensuring compliance with federal standards and regulations. Interested contractors must submit their quotes, including all required documentation, to Ms. Deena Murphy at deena.l.murphy.civ@army.mil by the specified deadline, with the total contract value estimated at $22 million.
    Custodial Services, Fort Wainwright, Alaska
    Buyer not available
    The Department of Defense, through the 413th Regional Contracting Office in Alaska, is soliciting proposals for custodial services at Fort Wainwright, Alaska. This procurement is a 100% small business set-aside and seeks a non-personal, Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide comprehensive custodial services across 79 facilities, including child development centers and physical fitness centers. The contractor will be responsible for all personnel, equipment, and supplies necessary to maintain cleanliness and safety standards, with specific performance metrics outlined in the Performance Work Statement (PWS). Interested parties must submit their proposals by the specified deadline and can direct inquiries to Michelle Aguilar at michelle.i.aguilar2.civ@army.mil or Sharon Holloman at sharon.r.holloman.mil@army.mil.