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
    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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    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.
    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.
    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.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Janitorial Services
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is soliciting proposals for janitorial services at the Falcon Dam Power Plant located in Falcon Heights, Texas. The contractor will be responsible for providing cleaning services twice a week, specifically on Mondays and Thursdays, for a facility covering approximately 3,500 square feet, which includes various operational areas such as control rooms, restrooms, and break rooms. This procurement is crucial for maintaining a clean and safe working environment at the facility, with a contract period spanning from September 30, 2025, to October 1, 2030, including a base year and four optional extension periods. Interested bidders must submit their quotes via email by 3:00 PM MST on the specified due date, and all inquiries should be directed in writing to Adrian Knights at adrian.knights@ibwc.gov.