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
    DFAS-IN Shredding Service
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is soliciting quotations for onsite shredding services to securely destroy sensitive government materials in Indianapolis, Indiana. The contract will cover a base period starting March 14, 2025, with four additional option years, requiring the contractor to provide 90 lockable 95-gallon shred bins and perform biweekly pickups, ensuring compliance with federal regulations such as the Privacy Act of 1974. This procurement is critical for maintaining data security and protecting confidential information from identity theft. Interested vendors must submit their quotes by 11:00 a.m. ET on March 7, 2025, and direct inquiries to Veronica C. Hay at Veronica.C.Hay.civ@mail.mil or by phone at 614-701-2739.
    DFAS-CO Ergonomic Consulting Services
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking quotations for Ergonomic Consulting Services to enhance employee health and safety for approximately 2,600 staff in Columbus, Ohio. The procurement involves a one-year base contract with four optional one-year extensions, requiring detailed submissions that include certifications from a Certified Professional Ergonomist (CPE) or Registered Occupational Therapist (OTR), a comprehensive technical approach, past performance information, and pricing. This initiative underscores the government's commitment to improving workplace ergonomics and safety standards, with an estimated total contract value of $19 million over five years. Interested small businesses must submit their quotations by February 21, 2025, and can contact Terri Davis at terri.l.davis34.civ@mail.mil or Christina Rosen at christina.l.rosen.civ@mail.mil for further information.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under the oversight of the MICC-FT Riley office. The contract, which is set aside for 8(a) businesses, requires comprehensive custodial duties across approximately 130 facilities, covering over one million square feet, with a focus on maintaining high cleanliness standards, particularly in sensitive areas such as Child Development Centers. This opportunity is crucial for ensuring a safe and hygienic environment for military personnel and their families, with a contract period starting in June 2025 and options for up to four additional years. Interested contractors should submit their proposals by March 10, 2025, and can contact Selvena Carter or Richard Brown for further information.
    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.
    Defense Joint Military Pay System Support Services
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide support services for the Defense Joint Military Pay System (DJMS). The procurement aims to secure technical and information technology support, including program management, requirements analysis, security management, and code development, with a focus on maintaining payroll accounts for military personnel and ensuring compliance with security protocols. This contract is critical for the effective management of military pay systems and spans from December 1, 2025, to November 30, 2030, with options for extension. Interested parties, particularly small businesses, are encouraged to submit a capabilities statement and pricing estimates by February 25, 2025, to Patrina James at patrina.l.james.civ@mail.mil or Diana Scruggs at DIANA.M.SCRUGGS.civ@mail.mil.
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide janitorial services for recruiting centers located in 11 locations across Massachusetts and Rhode Island. The procurement aims to ensure cleanliness and maintenance of these facilities, which play a crucial role in supporting military recruitment efforts. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561720 for Janitorial Services. Interested parties can reach out to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    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.
    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.
    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.