DFAS LIMESTONE - Custodial
ID: HQ042325QE017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Finance and Accounting Service (DFAS) is seeking quotations for custodial services at its facility in Limestone, Maine, under a 100% Small Business Set-Aside initiative. The contract encompasses a base year with four optional renewal years, aiming to provide comprehensive cleaning services while adhering to military standards and security protocols. This procurement is significant for maintaining a clean and safe environment within government facilities, with an estimated total award amount of approximately $18 million. Interested vendors must submit their quotations by 3 PM ET on March 12, 2025, and direct inquiries to Laura B. Price at Laura.B.Price7.civ@mail.mil or by phone at 614-701-3929, with a mandatory site visit scheduled for February 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Finance and Accounting Service (DFAS) is requesting quotations for custodial services, designated as a 100% Small Business Set-Aside, in line with federal contracting regulations. Vendors must submit their quotations via email by March 12, 2025, with inquiries due by February 27, 2025. Proposals should include a technical approach, past performance data, and a price quote, adhering to specified page limits. The evaluation will consider the technical approach, with an emphasis on understanding and meeting the Performance Work Statement (PWS), followed by past performance, and finally price. Key factors in evaluation include clarity in the proposed technical approach, relevance of past contracts, and reasonableness of pricing. Vendors must showcase relevant past contracts and provide consent from subcontractors if applicable. The government will assess the proposals based on strengths and weaknesses outlined in the submissions and may award the contract based on best value tradeoffs. The document emphasizes adherence to formatting guidelines, submission protocols, and the importance of robust technical and performance responses to secure the contract. This solicitation aims to ensure effective and compliant custodial services in accordance with military standards.
    The Performance Work Statement (PWS) outlines the requirements for custodial services at the Defense Finance and Accounting Services (DFAS) facility in Limestone, ME. The contractor is responsible for providing all personnel, equipment, and materials necessary for comprehensive cleaning services over a contract period of one base year with four one-year options. Key stipulations include the provision of full-time custodial staff, compliance with security requirements, and adherence to strict cleaning protocols. To ensure service quality, a Quality Control Plan (QCP) must be maintained, with inspections and reporting procedures established for performance evaluation. The government will use a Quality Assurance Surveillance Plan (QASP) to monitor the contractor's results, with financial deductions applied for deficiencies in service. Security measures are paramount; contractor employees must undergo personnel security investigations and comply with access protocols. The document includes extensive details on the specific cleaning tasks and frequencies required, emphasizing standards for hard surfaces, carpets, restrooms, and waste disposal. Overall, the PWS aims to maintain a clean and safe environment while ensuring contractor accountability and quality through specified performance metrics and detailed operational guidelines.
    The document outlines a Past Performance Questionnaire for custodial services pertaining to the Defense Finance and Accounting Service (DFAS) at Limestone. It provides clear instructions for how quoters should fill out the form and submit it by the specified deadline, emphasizing the importance of accurate feedback for evaluating contractor performance. The questionnaire consists of three sections: Section A requires the quoter to provide pertinent company information and details of the contract performed. Section B collects information from the respondent evaluating the contractor, while Section C involves rating the contractor's past performance across several criteria, such as overall technical performance, quality of work, and cost performance, using defined rating scales from Exceptional to Unsatisfactory. Respondents are also asked to answer specific questions regarding the contractor’s risk management and staffing adequacy. The document stresses the necessity for narrative explanations in cases of poor ratings, ensuring thorough evaluations are captured. This directive serves to aid DFAS in selecting contractors based on past performance evaluations, a key element in federal procurement processes.
    This document appears to be an unstructured assembly of data that includes segments likely representing various government-related requests for proposals (RFPs), federal grants, or local government initiatives. The content is technically fragmented, suggesting it may not have been processed correctly for clarity or coherence. Despite the lack of a clear and discernible topic, it seems to involve projects that call for public engagement or support and address a range of administrative or operational needs. Themes include development practice, environmental concerns, and project execution, focusing on compliance with regulations and ensuring public safety. There are indications of funding requests, engagement with contractors or public entities, and a need for efficient resource management. The overall purpose of this compilation appears to involve facilitating governmental processes related to funding and project implementation while emphasizing the importance of regulatory adherence and public health considerations. It underscores the necessity for thorough planning and execution of various government initiatives aimed at enhancing community infrastructure and safety.
    The Women-Owned Small Business (WOSB) Solicitation by the Defense Finance and Accounting Service (DFAS) is a Request for Quotation (RFQ) focused on securing custodial services for a designated government facility. The contract aims for a 100% small business set-aside, encouraging participation from small businesses that are economically disadvantaged women-owned (EDWOSB). The total award amount is approximately USD 18,000,000, covering a base year and up to four option years. The specified service period begins on June 1, 2025, and continues through May 31, 2030. Vendors must submit their quotations by 3 PM ET on March 12, 2025, with immediate inquiries directed to the designated contact. A mandatory site visit is scheduled for February 21, 2025, to ensure bidders understand the requirements detailed in the Performance Work Statement (PWS). Successful bidders will adhere to applicable Federal Acquisition Regulations and must complete various representations and certifications. This procurement process outlines essential evaluations and mandates transparency while advancing the government's objectives of supporting small, women-owned businesses in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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, through a solicitation identified as W911RX25RA004. The procurement aims to secure comprehensive custodial and management services across approximately 130 facilities, covering over one million square feet, with a focus on maintaining cleanliness and compliance with federal standards. This contract, which includes a base year starting in June 2025 and options for up to four additional years, emphasizes the importance of high-quality cleaning standards, particularly in sensitive areas such as Child Development Centers, and requires adherence to performance work statements and quality control measures. Interested parties should submit their proposals by March 10, 2025, and can direct inquiries to the primary contact, Selvena Carter, at selvena.b.carter.civ@army.mil or by phone at 785-239-4616.
    Office Janitorial and Park Cleaning Services Lewisville Lake Denton County
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking bids from small businesses for janitorial and park cleaning services at Lewisville Lake in Denton County, Texas. The contract includes a base period of one year with four optional one-year extensions, requiring offerors to provide comprehensive service details, including personnel, supplies, and adherence to quality standards as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining cleanliness and environmental stewardship in public spaces, thereby enhancing community welfare. Quotations are due by February 24, 2025, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Interested parties can contact Diana Robinson at DIANA.W.ROBINSON@USACE.ARMY.MIL or Baisy Lanzo at baisy.j.lanzo@usace.army.mil for further information.
    Laundry & Dry-Cleaning Services - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, through the 92d Contracting Squadron, is seeking proposals from qualified small businesses for Laundry and Dry-Cleaning Services at Fairchild Air Force Base (FAFB), Washington, under solicitation FA462025RA902. The procurement aims to secure comprehensive laundry services, including laundering, dry cleaning, pick-up, delivery, and repair of various textile items, adhering to strict performance standards and regulatory compliance. This contract is vital for maintaining operational readiness and supporting the mission at FAFB, with a firm fixed-price structure and a proposal submission deadline of March 27, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Kathleen L. Rauch at kathleen.rauch@us.af.mil or Brian Michael Fernandez at brian.fernandez.5@us.af.mil for further inquiries.
    Dry Cleaning Services - McConnell AFB, KS
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking quotes for dry cleaning services at McConnell Air Force Base (AFB) in Kansas, specifically for the 22 Medical Group. The contract will cover commercial, nonpersonal services for linen and off-site laundry, requiring the contractor to manage approximately 1,800 pieces of laundry monthly while adhering to strict healthcare cleanliness standards and infection control protocols. This procurement is critical for maintaining hygiene and medical readiness at the facility, with a contract duration from November 1, 2024, to April 30, 2029, under a Total Small Business Set-Aside. Interested vendors must register as small businesses under NAICS code 812320 and submit their quotes electronically, with the primary contact being Matthew Mohon at matthew.w.mohon.civ@health.mil.
    Vapor Degreaser Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for vapor degreaser cleaning services at Robins Air Force Base in Georgia. The contract, designated as FA857125Q0038, requires two annual cleanings of the vapor degreaser system over a five-year period, with an estimated total value of $25 million. This cleaning service is crucial for maintaining operational efficiency and compliance with environmental regulations, ensuring the safe handling of hazardous materials and adherence to safety protocols. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by February 28, 2025, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for base janitorial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contract, valued at up to $22 million, encompasses comprehensive cleaning responsibilities across multiple buildings, with the contractor required to maintain cleanliness according to specified frequency standards while adhering to federal labor regulations. This procurement is critical for ensuring a hygienic and safe environment for military personnel, and it emphasizes compliance with the Service Contract Act, 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 the specified deadline following the solicitation amendment.
    Naval Base Ventura County Unaccompanied Housing Laundry Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals for laundry services at Naval Base Ventura County (NBVC) to support unaccompanied housing facilities. The contract will cover a range of services including the pick-up, washing, drying, pressing, and folding of government-owned linens, with a base period starting March 1, 2025, and three optional one-year extensions. This initiative underscores the importance of maintaining high-quality service standards for government property, ensuring that linens are processed individually and returned to their respective activities without commingling. Interested vendors must submit written quotes by February 25, 2025, and can direct inquiries to Elisa Allison at elisa.r.allison.civ@us.navy.mil. The contract is set aside for small businesses, with evaluations based on technical capability, past performance, and price.
    Tank Cleaning Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking quotations for tank cleaning parts, specifically tank cleaning heads, adapters, and nozzles. Vendors are required to provide delivered prices for these materials, with a focus on compliance with federal regulations regarding telecommunications and defense equipment, particularly concerning the use of covered telecommunications equipment as outlined in the John S. McCain National Defense Authorization Act. This procurement is critical for maintaining operational readiness and safety in military tank cleaning operations. Quotes are due by February 21, 2025, with the contract awarded based on the Lowest Price Technically Acceptable criteria, and delivery is expected by September 30, 2025. Interested vendors should contact Robert Dowdle at robert.dowdle@dla.mil for further information.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.
    Cleaning and Janitorial Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Cleaning and Janitorial Services at Fort Drum, NY. The services will include various cleaning services on the military base. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA.