Custodial Services at WA005 Bothell, WA
ID: W911SA25QA032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting bids for custodial services at the Army Reserve facility located at WA005, 130 SW ½ 228th St, Bothell, WA. The contract encompasses comprehensive janitorial services, including cleaning tasks for various facility areas, with a performance period starting from March 1, 2025, to February 28, 2026, and options for four additional years. This procurement is crucial for maintaining a clean and safe environment for Army personnel, adhering to federal regulations and standards for custodial services. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by the specified deadlines, with the solicitation to be issued on January 17, 2025, and all inquiries directed to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 10:11 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for custodial services at Army Reserve facility WA005 in Bothell, WA. The contractor is responsible for staffing, equipment, supplies, and compliance with sanitation standards, while government oversight is limited to performance evaluation and monitoring. The primary objective is to maintain a clean, professional facility, with a contract period comprising one base year and four optional extensions. Quality control is entirely the contractor's responsibility, while the Government's contracting officer representative (COR) ensures performance evaluation according to predefined metrics. Contractors must adhere to strict guidelines for personnel supervision, security training, and proper handling of hazardous materials. Regular communication and performance reports, including service tickets for custodial tasks, are mandated. The document specifies the cleaning standards for various facility areas, including restrooms, windows, and floors, emphasizing environmental conservation and proper use of utilities. Additionally, procedures for key control, employee identification, and risk management, alongside contractor liability for property damages, are detailed. This PWS serves as a comprehensive guide for contractors to deliver effective custodial services while complying with federal security and operational regulations, ensuring a safe and sanitary environment for Army personnel.
Jan 28, 2025, 10:11 PM UTC
The document is an official amendment to a solicitation pertaining to a federal contract or request for proposal (RFP). It details how vendors must acknowledge receipt of the amendment by various methods to avoid rejection of their proposals. It indicates that the submission deadline for offers is either extended or not, and provides guidance on how to modify previously submitted offers. The amendment is issued to address vendor questions, specifically about the regular volume of occupants, which is stated to be approximately 200 personnel monthly and 12 daily occupants. The contact person for further information is identified as Leslie Koenig. All other terms and conditions remain unchanged. This document is part of the federal procurement process, signifying adjustments to solicitations and providing critical information to vendors involved in government contracting.
The document titled "Contractor Rest Room Cleaning Sheet" serves as a record-keeping tool for contractor employees responsible for cleaning restrooms. It includes sections for the employee's name, the date of service, and space for initialing the completion of tasks. The primary purpose of this sheet is to ensure accountability and maintain hygiene standards in federal or state facilities, reflecting the operational requirements often outlined in government RFPs related to janitorial services. This straightforward structure allows for quick verification of cleaning tasks, supporting contract compliance and service quality assurance within the context of government grants or local requests for proposals (RFPs). Maintaining cleanliness in contracting environments is vital for public health and regulatory adherence, underscoring the document's role in facilitating these goals.
Jan 28, 2025, 10:11 PM UTC
The document serves as a requirements package for antiterrorism and operations security (OPSEC) in relation to a custodial contract. It outlines the mandatory reviews and documentation necessary for compliance with Army policies concerning antiterrorism, physical security, and information assurance. The cover sheet necessitates signatures from both an antiterrorism officer (ATO) and an OPSEC officer, ensuring that the requirements package aligns with Army Regulations. The standard contract language details various training and procedural mandates for contractor employees, including AT Level I training, access control policies, and OPSEC program requirements. Specific conditions for contractors requiring access to Department of Defense facilities are delineated, alongside compliance with handling classified information and controlled unclassified information (CUI). Overall, the document underscores the government's commitment to maintaining a secure operational environment through rigorous vetting and training protocols for contractors, ensuring they meet the essential standards necessary for federal contracts, particularly those with security implications. This adherence is critical within the broader context of federal RFPs and grants, where security compliance is paramount.
Jan 28, 2025, 10:11 PM UTC
This government document outlines performance objectives, standards, and incentive/disincentive mechanisms for contractors providing restroom services at government facilities. Key responsibilities include ensuring proper identification for employees, supply maintenance in restrooms, and adhering to cleaning protocols. Contractors must issue ID badges with specific details and provide updated lists to the Contracting Officer Representative (COR). Incentives, such as positive contractor performance assessment reports (CPARS), are awarded for full compliance, while non-conformance may lead to corrective actions and potential payment reductions. Detailed requirements for restroom maintenance include ensuring supplies are stocked and sanitary conditions are maintained. Additionally, contractors must notify relevant parties of their crew's presence and departure times to ensure smooth operations. This document serves as a guideline for effective service delivery and accountability in government procurement processes.
Jan 28, 2025, 10:11 PM UTC
The document outlines the custodial deliverables required under a government contract, specifying the reporting expectations for various tasks. Each deliverable includes details such as format, frequency, required submission dates, and the recipient, typically the Contracting Officer's Representative (COR). Key deliverables encompass Safety Data Sheets (SDS), employee training certificates, service tickets, invoices, and documentation of cleaning activities. The deliverables must be submitted in various formats, including printed and electronic, with specific timelines following contract award or employee hire. Overall, this document serves as a guideline for compliance with reporting and documentation obligations inherent to the custodial services contract, ensuring accountability and communication with the government agency involved.
Jan 28, 2025, 10:11 PM UTC
The Wage Determination Log provides detailed wage determination information for the city of Bothell in King County, Washington, identified by the Wage Determination Number WA005. It directs users to the official website, sam.gov, where they can search for comprehensive wage determination details using the provided wage determination number. The document includes a facility ID number (24) and a revision number (12.22.24), though specific details regarding the date of revision are not included. This log is essential for entities bidding on federal contracts, as it ensures compliance with wage regulations by making wage rates clear for contractors. It serves as a critical resource in the context of federal RFPs, grants, and local bidding processes to uphold fair labor standards and provide transparency in compensation for work performed. The log underscores the importance of adhering to federal wage standards within government-funded projects.
Jan 28, 2025, 10:11 PM UTC
The document outlines the solicitation for custodial services at a federal facility in Bothell, Washington, under Solicitation Number W911SA25QA032. It includes a structured pricing matrix with nine separate Contract Line Item Numbers (CLINs) for various custodial services, which encompass regular cleaning and specialized tasks like carpet cleaning, tile and grout cleaning, window washing, floor stripping/waxing, spray buffing, and high dusting. The solicitation specifies one base period and four option periods for annual custodial services, each with a designated total. Additionally, a six-month extension option is mentioned. Contractors are directed to complete the pricing fields while adhering to a format that restricts entries to two decimal places and only in specified areas. The document emphasizes that certain dollar values will calculate automatically in designated cells. Overall, this RFP is a systematic approach to obtaining competitive bids for comprehensive custodial services, reflecting the federal government's procedural standards for procurement.
Jan 28, 2025, 10:11 PM UTC
The document outlines that no custodial services are needed for the specified locations at the Bothell, WA site, with referenced drawings and maps provided for context but not necessarily to scale. Contractors are responsible for verifying site conditions and measurements. It includes specific site codes and dates for record-keeping.
The document outlines the facilities and custodial maintenance requirements for the U.S. Army Reserve Center in Bothell, WA. It details the room schedule, indicating the types and sizes of rooms, including offices, classrooms, and common areas, alongside their flooring materials. The primary focus is on custodial services, specifying cleaning tasks and frequencies for various floor types, including carpet, vinyl tile, ceramic tile, and concrete. Tasks include vacuuming, mopping, trash removal, and specific cleaning protocols for restrooms and glass surfaces. The scope also covers the cleaning of additional features such as fountains and sinks, with designated frequencies for maintenance. Notably, the plan incorporates special cleaning schedules during specific months, ensuring thorough maintenance throughout the year. The document emphasizes adherence to detailed specifications and encourages vendor participation in site visits for accurate assessment. This initiative aligns with government procurement standards to ensure cleanliness, safety, and operational efficiency within the facility, reflecting a commitment to maintaining a conducive environment for army personnel.
Jan 28, 2025, 10:11 PM UTC
This document is a Service Ticket template for custodial services under a federal or local government contract, versioned as of June 3, 2024. It outlines the types of cleaning services required, including dust mopping, vacuuming, restroom sanitation, and window cleaning. Each contracted vendor must complete this ticket each time services are performed on-site, although it does not serve as proof of inspection or acceptance of services. Notably, the government retains the right to inspect the work performed at its discretion. The ticket requires the recording of vendor employee names and designated representatives for check-in and check-out, ensuring accountability for service completion. This form is essential for tracking service delivery and maintaining standards in accordance with government specifications outlined in RFPs and grants. Overall, it focuses on promoting hygiene and maintenance within governmental facilities while facilitating vendor compliance and accountability.
Jan 28, 2025, 10:11 PM UTC
The Women-Owned Small Business (WOSB) solicitation document outlines a government contract for custodial services at a specified location, effective from March 1, 2025, to February 28, 2026, with options for subsequent years. The total award amount is approximately $22 million, and the procurement is subject to various federal regulations, including specific clauses for small business considerations and environmental compliance. The scope includes all necessary services, equipment, and supervision for custodial maintenance, highlighting the contractor's responsibilities defined in the Performance Work Statement. The document emphasizes compliance with numerous Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring contractors adhere to requirements concerning labor standards and ethical practices. Acceptance locations for services are specified, and the document stipulates thorough reporting and performance assessment protocols that ensure quality and accountability throughout the contract duration. The process aims to promote the use of WOSBs, aligning with federal initiatives to support economically disadvantaged business owners while ensuring service delivery excellence to government facilities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
Tri Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is preparing to issue a Request for Quote (RFQ) for janitorial services at the Tri-Lake Project Office and Maintenance Building located in Littleton, Colorado. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to perform weekly cleaning services, primarily on Wednesdays during specified evening hours, with adjustments for federal holidays. This opportunity is set aside for small businesses under the NAICS code 561720 for Janitorial Services, with a base contract period from July 1, 2025, to June 30, 2026, and four optional extension years. Interested parties must register in the System for Award Management (SAM) to qualify for contract awards, and inquiries can be directed to the contracting officer, Euemduan Osmera, at euemduan.c.osmera@usace.army.mil. The solicitation is anticipated to open around April 18, 2025, and close on May 2, 2025.
Washburn Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Washburn Ranger District in Wisconsin. The contract will cover a performance period from April 1, 2025, to March 31, 2026, with options for two additional extension years, ensuring the maintenance of cleanliness and hygiene in government facilities. This procurement is vital for operational efficiency and compliance with federal standards, as it supports the agency's commitment to providing a sanitary environment for its employees. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Virginia Vanalstine or Nicolaus Reep via their provided email addresses.
Custodial Services - Cumberland, MD (MD006) and Martinsburg, WV (WV026)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for custodial services in Cumberland, MD, and Martinsburg, WV, under Solicitation W15QKN-25-Q-A103. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide comprehensive janitorial services, which are essential for maintaining cleanliness and hygiene in military facilities. Interested vendors can find the solicitation details, including the Performance Work Statement and site maps, on the PIEE website through the provided link. For further inquiries, potential bidders may contact Ronald M. Stinson at ronald.m.stinson.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil.
HQ Building Maintenance
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking maintenance services for the Headquarters Building located in Walla Walla, Washington. The service contract includes the operation, maintenance, and repair of equipment and systems within the building. The contract will be for one base year with four option years. The scope of work includes maintenance of architectural, structural, mechanical, electrical, plumbing, fire protection, life safety, HVAC, and UPS systems. The contractor will also be responsible for site maintenance. The solicitation is expected to be released in July 2019 with an anticipated award in August 2019. The contract is open to 100% total small business concerns.
Janitorial Services at the Isabella Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified contractors for janitorial services at the Isabella Resident Office located in Lake Isabella, California. The contractor will be responsible for providing all necessary labor, equipment, and supplies to maintain approximately 3,600 square feet of office space and a maintenance shop locker room, with services required twice a week and additional window cleaning twice annually. This procurement is part of the government's initiative to ensure cleanliness and operational efficiency at federal facilities, with a total contract value of $19,500,000 and a performance period from May 1, 2025, to April 30, 2026. Interested vendors should contact Mary Noonan at mary.m.noonan@usace.army.mil or 916-557-7599 for further information, and must submit any questions by April 1, 2025, prior to the scheduled site visit on March 24, 2025.
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
Fort Peck Janitorial Contract - Administration Building, Maintenance Building, and Interpretive Center
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting quotes for a janitorial services contract at the Fort Peck Project in Montana, covering the Administration Building, Maintenance Building, and Interpretive Center. The contract requires the contractor to provide all necessary labor, supervision, and equipment for daily, weekly, monthly, and annual cleaning services, including snow removal from walkways, under a firm fixed-price performance-based agreement. This initiative is crucial for maintaining cleanliness and operational standards in government facilities, ensuring public health and safety. Interested small businesses must submit their quotes electronically by 1400 CT on April 23, 2025, and can direct inquiries to Marc Proietto or Daniel D. Monahan via their provided email addresses.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.
Janitorial Services for FRF, Duck, NC
Buyer not available
The Department of Defense, specifically the U.S. Army Engineering Research and Development Center, is seeking qualified small businesses to provide janitorial services at the Field Research Facility located in Duck, North Carolina. The procurement aims to award a single purchase order for comprehensive cleaning services, including restroom maintenance, waste management, and adherence to quality standards as outlined in the Performance Work Statement. These services are crucial for maintaining operational efficiency and compliance with federal regulations at the facility. Interested vendors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact William Rawe at william.t.rawe@usace.army.mil or Christine L. Wilson at Christine.L.Wilson@usace.army.mil.