Fort Peck Janitorial Contract - Administration Building, Maintenance Building, and Interpretive Center
ID: W9128F25QA026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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 Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting quotes for a janitorial services contract at the Fort Peck Project in Montana, covering the Administration Building, Maintenance Building, and Interpretive Center. The contract requires the contractor to provide all necessary labor, supervision, and equipment for daily, weekly, monthly, and annual cleaning services, including snow removal from walkways, under a firm fixed-price performance-based agreement. This initiative is crucial for maintaining cleanliness and operational standards in government facilities, ensuring public health and safety. Interested small businesses must submit their quotes electronically by 1400 CT on April 23, 2025, and can direct inquiries to Marc Proietto or Daniel D. Monahan via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 6:10 PM UTC
The Performance Work Statement (PWS) outlines the janitorial services contract for the Fort Peck Project facilities, including the Administration Building, Maintenance Shop, and Interpretive Center in Fort Peck, Montana. The contractor is responsible for all labor, supervision, and equipment needed to provide daily to annual cleaning services, including snow removal from walkways during the workweek. The contract is categorized as a firm fixed-price performance-based agreement, spanning one base year plus four option years. The document specifies cleaning schedules, including detailed tasks for various areas, such as restrooms, offices, and public spaces, illustrating the required frequency and standards for cleanliness. The contractor must comply with safety regulations, submit documentation prior to contract commencement, and maintain personnel trained in security protocols. Payment is made monthly contingent upon the government’s acceptance of services, and contractors must provide regular updates on service performance. The PWS serves as a comprehensive guide for contractors, detailing expectations and evaluation criteria, including bid price, past performance, and work plans. Its structured approach ensures accountability and quality assurance, integral to fulfilling the janitorial needs of the government facilities while supporting public health and safety standards. This document represents an essential aspect of federal contracting processes and compliance within public service operations.
Apr 11, 2025, 6:10 PM UTC
This document outlines the price schedule for janitorial services across various federal buildings, covering a base year and four option years from May 2025 to April 2030. The services are categorized by building type: Maintenance Building, Administrative Building, and Interpretive Center, with a detailed breakdown of daily, weekly, semi-annual, and annual cleaning tasks. Each line item specifies the quantity, unit of measure, and cost per unit for services such as daily janitorial service, weekly cleaning, and periodic deep cleaning. Key components include specific tasks for both summer and winter seasons at the Interpretive Center, indicating seasonal variations in service needs. The structure is systematically presented, with separate Contract Line Item Numbers (CLINs) for each building and service type, facilitating clear identification and budgeting for potential contractors. The purpose of this document aligns with government procurement practices, specifically targeting Requests for Proposals (RFPs) for janitorial services to ensure cleanliness and maintenance of government facilities, thus securing public health and operational standards. The detailed price schedule aids potential vendors in formulating competitive bids, simplifying the selection process for government agencies seeking comprehensive custodial solutions.
Apr 11, 2025, 6:10 PM UTC
The document outlines the janitorial service requirements for the Fort Peck Interpretive Center, detailing specific areas to be included or excluded in the contract. It delineates which locations within the facility require cleaning and maintenance, including administrative offices, restrooms, break areas, and specific maintenance pathways such as sidewalks and exit door sweeps. The structural layout of the center is referenced to clarify the locations needing service, including the main exhibit hall, lobby, multi-purpose room, and various storage areas. By stipulating both the occupied spaces and areas not covered by the contract, the file aims to ensure comprehensive maintenance of the facility while clearly defining the limits of the janitorial service. This initiative likely aligns with the broader objectives of government RFPs to maintain public facilities with accountability and transparency in service provision.
Apr 11, 2025, 6:10 PM UTC
The document is part of federal and state/local Requests for Proposals (RFPs) and grants, focusing on various program announcements for funding opportunities available to governmental, non-profit, and private organizations. It discusses eligibility criteria, proposed project scopes, and application submission processes. The main purpose is to invite proposals that align with specific federal grant requirements. Critical points include detailed descriptions of funding goals aimed at enhancing public services, supporting community development, and fostering innovation. Emphasis is placed on the importance of clear project outlines, demonstrated community benefits, and compliance with regulatory standards. The document serves as a guide for prospective applicants, encouraging collaboration and innovative solutions to address community needs. The structured format includes sections outlining the application requirements, eligibility criteria, and timelines, which are essential for potential applicants to understand the expectations and procedures necessary to secure funding. Overall, the document underscores the government's commitment to facilitating impactful projects through accessible funding opportunities.
Apr 11, 2025, 6:10 PM UTC
The document outlines a solicitation for janitorial services under the Women-Owned Small Business (WOSB) program, specifically for maintaining three buildings at the Fort Peck Project Office in Montana. The contract involves multiple terms, including a total award of USD 22 million and an anticipated performance period spanning from May 1, 2025, to April 30, 2030. The document specifies the responsibilities of the contractor regarding compliance with security requirements, training obligations, and employment verification for contract personnel. The services to be provided cover maintenance for the Administration, Maintenance, and Interpretive buildings, with options for additional years of service. Key procedural elements include a mandatory site visit scheduled for April 16, 2025, and detailed inspection and acceptance criteria for contract enforcement. Additionally, several Federal Acquisition Regulation (FAR) clauses are referenced, which dictate compliance with labor standards, security protocols, and subcontracting limitations, emphasizing the importance of adherence to federal guidelines throughout the contract duration. The document's structure consists of sections detailing contractor responsibilities, performance requirements, and administrative details necessary for executing the contract effectively.
Lifecycle
Title
Type
Similar Opportunities
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.
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.
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 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.
Pine Flat Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California. The contract aims to provide comprehensive cleaning services for headquarters, recreational areas, restrooms, and fish cleaning stations, emphasizing performance-based solutions that allow contractors to propose innovative approaches to meet the government's objectives. This procurement is significant for maintaining public facilities and promoting economic opportunities for small businesses, particularly Women-Owned Small Businesses (WOSB), with an estimated contract value of $22 million. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
WAREHOUSE DEEP CLEANING SERVICE FOR ROCK ISLAND ARSENAL, IL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking a contractor to provide deep cleaning services at two locations within the Rock Island Arsenal, Illinois. The contractor will be responsible for delivering all necessary personnel, equipment, cleaning supplies, and supervision to perform the specified cleaning services, as outlined in the Performance Work Statement (PWS), with no personal services included in the contract. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, ensuring a safe and hygienic environment. Interested small businesses are encouraged to reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details, as this opportunity is set aside for total small business participation.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
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.
Janitorial Services for the Green Mountain National Forest Rochester RD
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed bi-weekly and intensive cleaning every six months to maintain hygiene and cleanliness for approximately 30 employees and 20 daily visitors. This procurement emphasizes the importance of maintaining public health and safety through professional janitorial services, utilizing environmentally friendly products as outlined in the USDA BioPreferred Program. Interested small businesses must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.