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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Custodial Services at TX201
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    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.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    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 North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    CUSTODIAL SERVICES - Nichols, NY (NY127)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - NJ, is seeking proposals for custodial services at the facility located at 881 Stanton Hill Road, Nichols, NY. The procurement aims to award a Firm Fixed Price purchase order for janitorial services, as outlined in the attached Performance Work Statement (PWS) and Site Map. This opportunity is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in fulfilling government contracts. Interested parties should note that there are two pre-scheduled site visits, and all proposals must be submitted by the specified response date, with inquiries directed to Shannon Harvey at shannon.e.harvey3.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil.