Custodial services for sites in Parsons and Pittsburg, Kansas
ID: W911SA25QA009Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at two locations in Parsons and Pittsburg, Kansas, under the contract number W911SA25QA009. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to maintain the facilities in a clean and sanitary condition, adhering to the Performance Work Statement (PWS) and security protocols, including anti-terrorism and operations security training for personnel. This contract, valued at approximately $22 million, is set to commence on March 1, 2025, with a base period of one year and four optional extension periods. Interested contractors should direct inquiries to Crystal Johnson or Melissa T. Larson via the provided email addresses and ensure compliance with all submission deadlines and requirements outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 7:05 PM UTC
The document outlines a Performance Work Statement (PWS) for custodial services at specific Army Reserve facilities in Parsons and Pittsburg, Kansas. It is a non-personal services contract requiring the contractor to provide all necessary personnel, labor, equipment, and supplies to ensure that the facilities maintain a clean and sanitary condition. The objectives include delivering quality janitorial services, assessing quality control and quality assurance processes through formal evaluations, and addressing non-conformance issues with a structured corrective action process. The contract specifies a one-year base period with four optional extensions and details responsibilities related to federal holidays, unforeseen closures, contractor oversight, safety training, and security measures for contractor personnel. Key points include contractor accountability, service standards for cleaning tasks (like trash removal, floor maintenance, and restroom sanitation), and requirements for employee identification and training in anti-terrorism and operations security. Additionally, the document establishes parameters for contractor-furnished items and utilities provided by the government. Overall, this PWS assures the government facilities adhere to cleanliness and operational standards while outlining the contractor's responsibilities and operational protocols in adherence to federal regulations.
Jan 17, 2025, 7:05 PM UTC
The document outlines the requirements for a custodial contract pertaining to antiterrorism (AT) and operations security (OPSEC) adherence. It serves to document the review of the statement of work (SOW), quality assurance measures, and applicable evaluation criteria related to security matters. Essential elements include mandatory reviews by organizational antiterrorism and OPSEC officers, ensuring compliance with Army regulations. The document specifies required training for contractor personnel, including AT Level I, general protection measures, and guidelines for handling classified information. Specific clauses, such as the requirement for contractor personnel authorized to accompany U.S. forces abroad, are included to reinforce security measures in performance-related tasks. Proper background checks and continuous training certification are mandatory for personnel who access controlled installations or sensitive information. Overall, the document emphasizes rigorous security protocols essential for contractors operating within military contexts, ensuring readiness against potential threats.
Jan 17, 2025, 7:05 PM UTC
This document outlines the performance objectives and standards required for contractors providing restroom services within government facilities. Key responsibilities include ensuring restrooms are clean, stocked with essential supplies, and that contractor employees possess proper identification badges prior to accessing these locations. Performance will be evaluated against specific criteria, with adherence to standards resulting in positive narratives and full payment, while non-compliance may lead to corrective actions, negative evaluations, and potential deductions from payments. Contractors must notify designated government representatives upon arrival and departure, maintaining transparency in their operations. Overall, the document establishes clear expectations for performance and accountability to ensure sanitary and secure conditions within government facilities.
Jan 17, 2025, 7:05 PM UTC
The document outlines the custodial deliverables required from contractors as part of the federal contract compliance, detailing the necessary reports and documentation, including their formats, submission timelines, and recipients. Key deliverables include Safety Data Sheets (SDS), identification of contract employees, and completion certificates for various training programs, such as OPSEC and iWATCH training, which must be submitted to the Contracting Officer Representative (COR) within specified timeframes. Monthly deliverables like service tickets and invoices are mandated, as well as annual updates on required insurance. Specific forms are also outlined, emphasizing the necessity for all reports to be accurately documented and submitted promptly. The structure categorizes the deliverables by relevant PWS paragraphs and specifies the distribution channels, underscoring the importance of compliance for the effective execution of custodial services under federal standards. This document is crucial for ensuring that contractors adhere to federal grant and RFP requirements, facilitating operational integrity and accountability in government contracts.
Jan 17, 2025, 7:05 PM UTC
The KS065 document outlines the Price Schedule for Custodial Services required by federal and state contracts. It breaks down the costs into various Contract Line Item Numbers (CLINs), detailing the scope of work, including annual and semi-annual custodial tasks such as tile and grout cleaning, floor stripping/waxing, and window washing across two designated sites (KS026 and KS027). The scheduling includes a base period followed by four option periods for extended service, allowing flexibility in contract adjustments. Pricing for each CLIN is to be filled in by the contractors, with particular emphasis on adhering to detailed cost calculations, as well as specific instructions regarding pricing structure and formats. The document also emphasizes the importance of significant renovation plans, automated calculations in pricing, and overall cost estimates for contracting services. The structure aims to facilitate clear proposals from contractors, ensuring compliance with government procurement standards while addressing custodial service needs effectively.
Jan 17, 2025, 7:05 PM UTC
Jan 17, 2025, 7:05 PM UTC
Jan 17, 2025, 7:05 PM UTC
The document outlines a detailed room schedule and cleaning task frequency for a facility located at 2700 Southern Blvd, Parsons, KS. It enumerates various rooms, their types (office, classroom, restroom, etc.), flooring materials, and square footage. The main purpose is to establish a framework for custodial services across the facility, specifying tasks related to floor cleaning, restroom maintenance, dusting, and window cleaning. Key points include weekly and monthly cleaning duties, such as sweeping, mopping, trash removal, and specific annual tasks for deep cleaning. The document emphasizes the need for adherence to specified frequencies and standards, noting that quantities of items (toilets, sinks, windows) are approximate and may require vendor verification on-site. The context relates to government Request for Proposals (RFPs) for federal and local grants, focusing on facility maintenance for public infrastructure. The document serves as a guideline for potential contractors, ensuring the facility remains clean and safe while providing comprehensive details necessary for bidding on custodial services.
The Contractor Rest Room Cleaning Sheet serves as a documentation tool for contractors to record employee cleaning activities in restroom facilities. It includes essential fields for contractor employee names, the date of service, and initials, indicating the completion of tasks. This structured sheet ensures accountability and traceability of cleaning efforts, aligning with hygiene and sanitation standards expected in government facilities. Its primary purpose is to streamline the cleaning process and provide oversight for maintenance and compliance with cleanliness protocols in public buildings. This form is particularly relevant within federal and state contracts, emphasizing the importance of maintaining safe and sanitary environments in accordance with government RFPs and regulations.
Jan 17, 2025, 7:05 PM UTC
The document outlines the On-Site Service Ticket for custodial services, serving as a record for services performed by contracted vendors. It includes various types of custodial tasks such as dust mopping, vacuuming, restroom sanitation, and window cleaning, among others. The service ticket requires completion by the vendor’s employees each time services are rendered at the specified location. It emphasizes that the ticket does not serve as proof of inspection or acceptance of services rendered; the government retains the right to inspect work performance as needed. Additionally, it includes spaces for listing the names of vendor employees and designated government representatives, ensuring accountability in service delivery. Overall, the document facilitates tracking and management of custodial services under government contracts, reflecting the agency's standards for service quality and operational transparency.
The document serves as a Contractor Performance Inspection Checklist and Summary Report specifically for custodial services provided under a government contract. It outlines various inspection criteria, including general maintenance, specific tasks, and deliverables that contractors must meet. Each criterion is assessed with satisfactory (SAT) or unsatisfactory (UNSAT) ratings, focusing on tasks such as cleaning, trash removal, and compliance with safety protocols. The report highlights the performance monitoring of the contractor through periodic evaluations, ensuring that all employees are trained and compliant with ID badge protocols. The results reveal that 100% of inspections met acceptable standards across various requirements throughout the fiscal year, demonstrating the contractor's adherence to contract obligations. The document is structured with segmented assessments addressing daily, weekly, monthly, and annual tasks. It serves to ensure transparency and accountability in the execution of custodial services required for government facilities, ultimately supporting the overall objective of maintaining clean and safe environments in public buildings.
Jan 17, 2025, 7:05 PM UTC
The document outlines the questions and answers related to the RFP W911SA25QA009, specifically for custodial services at two locations in Parsons and Pittsburg, Kansas. Key points include requests for square footage details of the facilities, confirming that the provided square footage can be found in Attachment 09 of the solicitation. It also specifies that necessary supplies like paper products and soap are provided by the customer, and no ongoing contractor information will be disclosed. The total contract value and duration relates to combining two previously separate contracts into one. It clarifies that each facility does not require its own manager but necessitates a point of contact available for communication. Importantly, the government will not consider any extension for the offers' due date. The document is a vital resource for potential contractors seeking to understand the service requirements and contract specifics for their proposals in response to the RFP.
Jan 6, 2025, 2:04 PM UTC
This document outlines the Wage Determination Log for specific municipalities in Kansas, particularly Parsons and Pittsburg, located in Labette and Crawford Counties. It provides information regarding the wage determinations applicable to federal projects in these areas, indicating that the Wage Determination number KS065 (2015-5755) has a revision date slated for July 22, 2024. The document encourages users to refer to the official government website, sam.gov, for detailed wage determination listings by the wage determination number. This summary serves as a critical reference for contractors and organizations involved in federal contracts to ensure compliance with local wage standards.
Jan 17, 2025, 7:05 PM UTC
The document is a Wage Determination Log related to federal wage determinations for specific locations in Kansas, specifically Parsons and Pittsburg within Labette and Crawford counties. The file lists two facilities identified by their Facility ID numbers and corresponding Wage Determination numbers with future revision dates extending to December 2024 and July 2024. It emphasizes the importance of accessing full wage determination information through the specified government website for details relevant to contractors and stakeholders involved in federal RFPs, grants, or local procurement processes. This log serves as a key reference for ensuring compliance with labor regulations in government contracts, ensuring fair wages based on regional determinations.
Jan 17, 2025, 7:05 PM UTC
The document outlines a solicitation for custodial services for two locations in Kansas, specifically Parsons and Pittsburg, as part of a Contract with the United States Army. The contract, identified by requisition number W911SA25QA009, is set to commence on March 1, 2025, and will cover a one-year base period with four optional additional years. The contractor is required to provide all necessary labor, transportation, materials, and supervision for the custodial services, ensuring compliance with the performance work statement. The total estimated value of the contract is $22,000,000. Furthermore, it includes details about the payment process, designated address for invoices, and various federal clauses applicable to the contract, reflecting adherence to regulatory frameworks that govern government procurement processes. The document emphasizes the importance of small business inclusion, mentioning targeted assistance for women-owned, disadvantaged, and service-disabled veteran-owned businesses. The comprehensive nature of requirements and conditions reflects the government's commitment to maintaining high standards in government acquisitions while supporting small businesses.
Jan 17, 2025, 7:05 PM UTC
The file is an amendment to a federal solicitation, formally extending the date for receipt of offers and providing updates relevant to potential contractors. Updates include responses to vendor questions, a revision of the Wage Determination Log, and details about the contract administration process. Key modifications pertain to contractor responsibilities regarding past performance evaluations (CPARS), compliance with federal and state laws, insurance requirements, and post-award procedures. The amendment outlines the importance of acknowledging receipt to avoid rejection of offers and stresses the necessity for contractors to report manpower data per Service Contract Reporting (SCR) mandates. Additionally, it emphasizes that contractors must furnish proof of insurance within ten days post-award and adhere to contract performance stipulations, which will influence future source selection decisions. The document remains a crucial tool in the procurement process, ensuring clarity in contract terms while reinforcing accountability and compliance in government contracting endeavors.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Janitorial Services, Recruiting Center, Wareham, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking qualified contractors to provide janitorial services for the Recruiting Center located in Wareham, MA. The contract requires the contractor to furnish all labor, materials, and equipment necessary to perform cleaning services on a bi-weekly schedule, totaling 104 service days at the specified location. This procurement is crucial for maintaining a clean and functional environment for military recruitment activities. Interested vendors must have an active registration in SAM.gov and should prepare for the solicitation, which is expected to be available online around May 5, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
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.
Amendment 1: Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for maintenance and repair services for the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires comprehensive upkeep, including HVAC servicing, plumbing repairs, and general maintenance to ensure operational readiness and safety, with initial repairs to be completed within six months of contract award. This project underscores the Army's commitment to maintaining its facilities in compliance with federal and state regulations, emphasizing the importance of a safe and functional environment for military personnel. Interested contractors, particularly small businesses, should direct inquiries to Kelsey Anderson or Sheila Banks by April 16, 2025, with a total contract value of $19,500,000 and a performance period from June 1, 2025, to May 31, 2030, including option years.
Annual Carpet Cleaning Services for 81st RD Fort Jackson, SC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual carpet cleaning services at Fort Jackson, SC. The procurement involves a non-personal service contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to perform the cleaning services in accordance with the Performance Work Statement. This service is crucial for maintaining the cleanliness and upkeep of the facilities at the specified location, ensuring a safe and pleasant environment for personnel. The contract period is set from June 1, 2025, to May 31, 2026, with four optional twelve-month extensions and a six-month option to extend services. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
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.
Fort Riley Laundry and Dry-Cleaning Services
Buyer not available
The Department of Defense, through the Fort Riley Mission and Installation Contracting Command (MICC), is seeking qualified small businesses to provide Laundry and Dry-Cleaning services at Fort Riley, Kansas. The contractor will be responsible for labor, supervision, vehicle transportation, facilities, equipment, and supplies necessary for processing laundry, ensuring compliance with health and environmental regulations while maintaining accountability for government-owned items. This five-year contract, anticipated to begin on December 1, 2025, will be structured as a Firm Fixed Price with an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, and interested parties must submit their capability statements and organization details to the Contract Specialist, Vernard Ross, via email at vernard.d.ross.civ@army.mil. Responses to this Sources Sought Notice are essential for determining market capacity and will not incur any costs to the government.
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.
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.
Custodial Services U.S. Army Garrison Darby Military Community (DMC) - Livorno
Buyer not available
The Department of Defense is seeking a contractor to provide custodial services for the U.S. Army Garrison Darby Military Community (DMC) in Livorno, Italy. The contract will encompass a range of non-personal services, including the provision of personnel, equipment, and supplies necessary to perform custodial tasks as outlined in the Performance Work Statement. This service is critical for maintaining cleanliness and hygiene standards at the military community facilities, which include Camp Darby, the Depot, and the Ammunition Storage Area. The contract is set to begin on June 10, 2025, with a base year and four option years, and interested parties must ensure they are registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) and a CAGE/NCAGE number. For further inquiries, potential bidders can contact Sonia Zanobini at sonia.zanobini2.ln@army.mil or Brendan A. Deluca at brendan.a.deluca.civ@army.mil.