Custodial services for sites in Parsons and Pittsburg, Kansas
ID: W911SA25QA009Type: Solicitation
AwardedJan 24, 2025
$191.7K$191,675
AwardeeSHIELD SERVICES LLC Princeton MN 55371 USA
Award #:W911SA25PA009
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    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.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    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.
    Custodial Services at TX054
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services at the Luis Garcia Memorial ARC located in McAllen, Texas. The procurement requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to fulfill the custodial services as outlined in the Performance Work Statement. This service is crucial for maintaining cleanliness and hygiene standards at the facility, which supports various military and community functions. The contract period is set from February 1, 2026, to January 31, 2027, with four optional twelve-month extensions and a six-month option to extend services. Interested parties should contact Zachary Skrede at zachary.r.skrede.civ@army.mil or by phone at 520-706-4078 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    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.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    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.