Eastman Lake Janitorial
ID: W9123825Q0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, 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 Sacramento District, is soliciting proposals for janitorial services at Eastman Lake in Raymond, California. The contract encompasses a base year and four option years, requiring the contractor to provide all necessary labor, materials, and equipment to maintain cleanliness in various facilities, including administration buildings, recreation areas, and fish cleaning stations, with specific cleaning schedules adjusted for seasonal use. This procurement is crucial for ensuring a clean and safe environment for visitors and staff at the recreational site. Interested small businesses must submit their proposals by September 9, 2025, at 10:00 AM PDT, and can direct inquiries to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil. The previous contract amount was approximately $256,084.42, and the contract will adhere to the Service Contract Act Wage Determination for Madera County.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to solicitation W9123825Q0023, dated September 3, 2025, for janitorial and garbage services at Buchanan Dam, H.V. Eastman Lake, Raymond, California. The amendment provides an updated Performance Work Statement (PWS) dated September 2, 2025. The contract has a base year with four option years, with payment made in arrears. The contractor is responsible for furnishing all labor, materials, and equipment, and must comply with various safety, security, and environmental regulations, including an approved Accident Prevention Plan (APP) and Antiterrorism (AT) Level 1 training. The PWS details specific cleaning requirements and frequencies for various areas, including administration buildings, recreation areas, comfort stations, and fish cleaning stations, with different schedules for non-recreation and recreation seasons. Cleaning standards for trash removal, mopping, dusting, vacuuming, and disinfecting are outlined. The contractor is also responsible for quality control, reporting vandalism and damage, and adhering to strict protocols for chemical use and vehicle identification.
    The Buchanan Dam, H.V. Eastman Lake Janitorial Service Contract outlines a comprehensive plan for janitorial and garbage services, including a base year and four option years. The contract details specific cleaning schedules for various areas like the Administration Area, Annex, Observation Area, Raymond Bridge, Entrance Station, Downstream River Access, Monument Ridge Recreation Area, Chowchilla Recreation Area, Wildcat Recreation Area, Wildcat Campground, Wildcat Equestrian Area, Codorniz Campground, Codorniz Recreation Area, and Fish Cleaning Stations. Services are adjusted for non-recreation and recreation seasons, with additional cleaning during holiday weekends. The contractor must provide all labor, materials, and equipment, adhering to strict safety protocols, including an Accident Prevention Plan and Antiterrorism (AT) Level 1 Training. Quality control, reporting vandalism, and proper disposal of garbage are also emphasized. Payment will be made in arrears based on the contract unit price, and all invoices must include the contract number W91238-25-P-AXXX.
    The "Questions and Answers - Eastman Lake Janitorial W9123825Q0023" document addresses key inquiries regarding a janitorial services contract. It clarifies the previous contract amount was $256,084.42 and confirms square footage details are in the revised Performance Work Statement (PWS). The document corrects a reference to Chowchilla in section 4.11.3, confirms the accuracy of comfort station counts in section 4.9.3, and directs to the revised PWS section 5.113 for light bulb specifications. Wendi Devoto is identified as the incumbent contractor, and the Service Contract Act Wage Determination for Madera County applies to the contract. Background checks are mentioned in section 1.7 of the Antiterrorism and Operations Security. Site visits are permitted as self-guided tours, with maps available at project headquarters. Subcontracting is allowed, with specific limitations outlined in FAR 52.219-14, and an Accident Prevention Plan is required per PWS Section 1.6.
    This government solicitation (W9123825Q0023) is a Request for Proposal (RFP) issued by USACE Sacramento District for janitorial services at Eastman Lake, California. The RFP seeks a contractor to provide all necessary labor, materials, reports, assessments, coaching, and travel as per the Performance Work Statement dated June 2, 2025. The contract includes a base year (September 18, 2025, to August 31, 2026) and four option years, extending services through August 31, 2030. Services include semi-weekly, bi-monthly, weekly, and quarterly cleaning of various areas such as administration buildings, recreation areas, campgrounds, and fish cleaning stations, with extra services for holidays. The solicitation is set aside for small businesses with a NAICS code of 561720 and a size standard of $22,000,000. Offers are due by September 9, 2025, at 10:00 AM local time. The evaluation will be based on price only. The document also includes standard FAR and DFARS clauses related to business ethics, system for award management, telecommunications equipment, and contractor responsibilities.
    Lifecycle
    Title
    Type
    Eastman Lake Janitorial
    Currently viewing
    Solicitation
    Similar Opportunities
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through 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 Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    FY26 San Francisco District Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    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.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a firm-fixed-price requirements contract for operations and maintenance services at Center Hill Lake in Tennessee, covering the period from February 1, 2026, to January 31, 2031. The contract, which is set aside for small businesses, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work to be ordered through individual task orders. This procurement emphasizes sustainability and adherence to strict safety and security standards, with proposals evaluated based on performance confidence, technical approach, and price. Interested parties must submit their proposals electronically by November 14, 2025, and can contact Jamie Barnes at jamie.l.barnes@usace.army.mil or call 615-736-5892 for further information.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.