CUSTODIAL SERVICES - KINGWOOD, WV (WV022)
ID: W15QKN-25-Q-A006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is seeking potential vendors for custodial services at the 99th Readiness Division located in Kingwood, West Virginia. The procurement aims to maintain clean and operational environments across various facilities, including offices, restrooms, and assembly halls, in compliance with health and safety standards. This opportunity is crucial for ensuring the hygiene and operational efficiency of government facilities, aligning with federal mandates for custodial management. Interested parties are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and relevant experience to the primary contact, Ronald M. Stinson, at ronald.m.stinson.civ@army.mil, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for custodial services contracted by the U.S. federal government for the 99th Readiness Division during Fiscal Year 2025. The primary objective is to maintain clean and attractive work environments across various designated areas, including offices, restrooms, and assembly halls, thus enhancing public relations and the facility’s overall appearance. Key directives include the necessity of a site visit for contractors prior to submitting offers, adherence to a specified work schedule, and compliance with local, state, and federal regulations. The period of performance includes one base year with four optional renewal periods. Quality control measures are emphasized, with the contractor responsible for maintaining service standards and subject to evaluation through a Quality Assurance Surveillance Plan. The document specifies safety and security protocols for contractor personnel and guidelines for waste management, utility conservation, and fire prevention. The agreement will result in a Firm Fixed Price contract, with specific responsibilities outlined for both the contractor and the government regarding service provisions and workspace conditions. This extensive document reflects the government’s commitment to maintaining standards in contracted services while ensuring contractor accountability and compliance.
    The U.S. Army Contracting Command – New Jersey is seeking potential vendors through a Request for Information (RFI) regarding custodial services for the 99th Readiness Division located in Kingwood, WV. This RFI is purely for information gathering and does not imply any commitment for future procurement. Interested parties are encouraged to respond voluntarily, addressing specific items such as selecting the appropriate NAICS code (specifically 561720 for Janitorial Services), clarifying concerns with the draft Performance Work Statement (PWS), and detailing their organizational capabilities. Respondents should outline prior relevant work, possible subcontracting plans, and provide comprehensive company information, including socioeconomic status. All responses are to be submitted via email to the designated Contract Specialist, Ronald M. Stinson, who is also available for any inquiries. This RFI aims to gather industry insights to refine future procurement processes for custodial services while encouraging participation from various organizations, including small businesses.
    The document outlines the custodial service requirements and building specifications for the Preston County USARC in Kingwood, WV. It details the total area of the building, which is 5,245 square feet, and lists various types of flooring including carpet, VCT, wood, and ceramic tile. The custodial service necessities include maintenance for multiple fixtures such as sinks, showers, urinals, and restroom facilities, along with soap and paper towel dispensers. The layout of the facilities is organized into several designated areas like classrooms, training rooms, and storage units, each specified by their square footage. This document serves as a reference for contractors responding to RFPs related to custodial services, ensuring compliance with service expectations and facility specifications. Overall, it emphasizes the need for thorough custodial care across diverse functional spaces within the USARC building, indicating a structured approach to facility management in a governmental context.
    The document outlines the custodial service plan for the OMS building located in Kingwood, WV, covering various types of surfaces and fixtures within the facility. It specifies floor materials such as carpet, vinyl composition tile (VCT), wood, ceramic tile, and concrete, detailing the areas that require custodial services, including showers, sinks, urinals, commodes, and water fountains. The total building area is noted as 521 square feet, and an inventory of dispensers for soap, paper towels, and toilet tissue is included. This plan serves as part of the facility maintenance protocols related to government RFPs and grants, ensuring compliance with health and safety standards. The document also includes a graphic scale and references to specific rooms within the building, denoting areas for hazardous and flammable storage. It emphasizes the need for a structured custodial service to maintain hygiene and operational efficiency in a government facility, aligning with federal mandates for proper custodial management in public buildings. Overall, the plan shows a methodical approach to asset management within the framework of federal and local requirements.
    The document outlines custodial service plans for two USARC buildings located in Kingwood, West Virginia. It specifies the types of flooring present in the buildings, including carpet, VCT (vinyl composite tile), wood, ceramic tile, concrete, and slate/stone, alongside their respective service needs. Key features requiring custodial services such as soap dispensers, paper towel dispensers, toilet tissue dispensers, showers, sinks, urinals, commodes, and water fountains are detailed for each building. A graphic scale is provided for understanding the total area of each building, which is 5,245 square feet for the USARC main floor and 521 square feet for the OMS building. The document also lists various rooms and their designated functions, such as classrooms, storage, offices, and latrines. The plans emphasize the importance of maintaining cleanliness and serviceability across the facilities. The completion dates and responsible parties for verification of the custodial service plans are also noted, indicating a structured approach to facility maintenance under federal service contracts. This aligns with the broader context of RFPs aimed at acquiring necessary services for government facilities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Custodial Services - Charleston, WV (WV007)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking Custodial Services in Charleston, WV (WV007). This service is typically used for housekeeping, custodial, and janitorial purposes. The procurement is set aside for Total Small Business and the primary contact for this opportunity is Marvin Briscoe (marvin.t.briscoe.civ@army.mil). For more details, please refer to the attached document.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This procurement emphasizes the importance of high hygiene standards for public facilities and aims to promote opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal via email by the specified deadline, with a site visit scheduled for October 4, 2024, and questions due by October 9, 2024.
    Park Custodial Services at Kansas City USACE East Kansas Lakes (Clinton and Perry)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified small businesses to provide custodial services at various locations within the Kansas Lake Projects, specifically at Clinton Lake and Perry Lake. The procurement includes five planned awards for custodial services, covering public use areas, campgrounds, and day-use facilities, with a focus on compliance with a detailed Performance Work Statement and adherence to local, state, and federal regulations. These services are essential for maintaining the cleanliness and usability of recreational areas, thereby enhancing visitor experience and safety. Interested vendors must submit their proposals via email by 12 PM on October 23, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    Custodial Services MO001; Belton, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for custodial services at the MO001 facility located in Belton, Missouri, under solicitation number W911SA-25-Q-3004. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a performance period from January 1, 2025, to December 31, 2025, with options for four additional years and a six-month extension. The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies to maintain facility cleanliness, ensuring compliance with security and operational standards, and documenting service activities. Interested vendors must submit their quotes, including all required documentation, by the specified deadline, and can direct inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil. The solicitation will be available on SAM.gov starting September 25, 2024, with questions due by October 9, 2024.
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide custodial services for the Stockton Lake Project in Missouri. This procurement includes three separate custodial service awards, specifically for High Point & Masters Stockton, Ruark Bluff West, and Ruark Bluff East, with a focus on compliance with federal, state, and local regulations as outlined in the Performance Work Statement (PWS). The custodial services are essential for maintaining cleanliness and operational efficiency at the park facilities, ensuring a positive experience for visitors. Interested vendors must submit their proposals by 12:00 PM on October 25, 2024, via email to the designated contacts, Angella Curran or Christopher Anderson, and are encouraged to register in the System for Award Management (SAM) for eligibility.
    LAKE GEORGETOWN OFFICE JANITORIAL SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified contractors to provide janitorial services at the Lake Georgetown Office. This non-personal services contract requires the contractor to supply all necessary personnel, equipment, supplies, and materials to perform the janitorial services as outlined in the Performance Work Statement (PWS). The services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a conducive working environment. Interested small businesses must submit their proposals, including a completed conceptual work plan, to the primary contact, Baisy Lanzo, at baisy.j.lanzo@usace.army.mil or by phone at 817-659-6355, with a secondary contact available in Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL or 817-886-1161.
    IMCOM-E Custodial MATOC
    Active
    Dept Of Defense
    The Department of Defense, through the Installation Management Command-Europe (IMCOM-E), is seeking proposals for a Multiple Award Task Order Contract (MATOC) for custodial services across various U.S. Army Garrisons in Germany and the European Theater. The primary objective is to procure commercial custodial services to maintain cleanliness and operational readiness at installations, including USAG Rhineland-Pfalz, USAG Wiesbaden, USAG Stuttgart, and others, with a phased approach to service implementation. This procurement is critical for supporting military operations and housing, ensuring that facilities meet government standards for cleanliness and safety. Proposals are due by November 4, 2024, and must be submitted via email to the designated contacts, including Kathryn Cortes at kathryn.r.cortes.civ@army.mil, with the contract structured over a ten-year period and evaluated based on qualifications rather than pricing at this initial stage.
    Park Custodial Services at Kansas City USACE West Kansas Lakes (including Harlan County Nebraska)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide custodial services for various lake projects in Nebraska and Kansas, under solicitation number W912DQ25Q1005. The procurement includes five specific projects, such as the Methodist Park at Harlan County Lake and the Outlet Park at Tuttle Creek Lake, with services to be performed in accordance with the attached Performance Work Statements (PWS). These custodial services are essential for maintaining clean and safe public recreational spaces, reflecting the government's commitment to quality facility management. Interested small businesses must submit their quotes electronically by 12:00 PM on October 23, 2024, and must be registered in the System for Award Management (SAM). For further inquiries, potential vendors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    Fort Stewart Custodial Services
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide comprehensive custodial services for the Fort Stewart Community Schools and the Community Superintendent’s Office in Georgia. The contract will encompass daily cleaning, floor maintenance, lavatory services, cafeteria sanitation, and emergency cleanups, all performed in a manner that does not disrupt educational operations for over 72,000 children within DoDEA's global network. This procurement is critical to maintaining a hygienic and safe environment in educational facilities linked to the Department of Defense, ensuring operational efficiency and compliance with federal standards. Interested parties must register under NAICS code 561720 in the System for Award Management (SAM) and are advised that the solicitation is anticipated to be posted on or about August 29, 2024, with an award date expected around October 23, 2024. For further inquiries, contact Marina Porter at marina.porter@dodea.edu or Tammy D. Lopez at tammy.lopez@dodea.edu.
    Refuse and Recycling Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking qualified sources for refuse and recycling services at the 99th Regional Support Command located in Danbury, Connecticut. The procurement aims to identify small businesses capable of providing comprehensive refuse collection and recycling services, including all necessary personnel, supplies, and equipment, under the NAICS code 562111, which has a small business size standard of $47 million. This initiative is crucial for maintaining cleanliness and sustainability within military operations, and the government intends to award a single firm-fixed-price purchase order with a performance period of one base year and four optional years. Interested parties should submit their capabilities and relevant information to Sameera Sharif via email by the specified deadline, as no formal solicitation exists at this time.