Garrison Project - Admin and OM Janitorial
ID: W9128F25QA002Type: 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 Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services under the Garrison Project, which encompasses the Administration and Operations Management facilities located in Riverdale, North Dakota. The contract aims to establish a comprehensive cleaning service that includes routine and non-routine tasks such as cleaning, mopping, dusting, and floor refinishing, with a total award amount of approximately $22 million over a five-year period from May 2025 to April 2030. This procurement not only emphasizes the importance of maintaining high facility hygiene standards but also supports the federal initiative to engage small businesses, particularly those owned by women and service-disabled veterans. Interested contractors should reach out to Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil for further details and to ensure compliance with submission requirements.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 8:06 PM UTC
The document outlines the requirements for a security review of contract packages under the U.S. Army Corps of Engineers (USACE). It emphasizes the necessity for antiterrorism (AT) and operations security (OPSEC) considerations in all service and supply contracts exceeding a specified threshold. The review process involves coordination between an Antiterrorism Officer (ATO) and an OPSEC Officer to ensure compliance with Army regulations. Key clauses include requirements for security training, access protocols, and information assurance for contract personnel. Contractors are responsible for maintaining compliance with security protocols, including physical access controls and verification measures for personnel. The form also specifies protocols for contractors operating outside the U.S. and mandates the creation of an OPSEC plan within the first 90 days of contract initiation. Additionally, it highlights the importance of safety measures in food and water deliveries and the adherence to employment verification protocols. Overall, the document serves as a comprehensive guideline for ensuring security and regulatory compliance in contracting processes related to USACE operations.
Apr 8, 2025, 8:06 PM UTC
The document outlines the current floor and room configurations of the Administration Building located at 201 1st St., Riverdale, ND. It details measurements and designations for various rooms across four levels, including the basement, first, second, and third floors. The report specifies room sizes for areas such as janitorial storage, secure rooms, fitness areas, administrative offices, and conference rooms. Notably, basement windows have been enclosed, and all configurations are accompanied by "For Information Only" drawings that depict as-built conditions, including windows, stairs, and restroom facilities. This document serves as a critical reference for planning and undertaking renovation or maintenance activities, ensuring compliance with federal and state regulations. Its purpose aligns with government RFPs and grants by outlining specific spatial requirements and existing structural conditions for potential contractors and decision-makers. Overall, it emphasizes the necessity for detailed documentation in managing public infrastructure improvements.
Apr 8, 2025, 8:06 PM UTC
The document outlines the specifications for a Maintenance Facility located at 528 Hatchery Road, Riverdale, ND, detailing room sizes and purposes across three designated areas (A, B, and C). It lists various facility components such as men’s and women’s locker rooms, a break room, general office space, and specialized workshops for carpentry, plumbing, welding, and painting. Additional areas specified include supply storage, battery storage, flammable materials storage, and a wash bay. Many rooms also note the existence of corridors and vestibules, indicating a structured layout. This documentation is a crucial part of a federal RFP or grant process, likely aimed at enhancing or maintaining government facilities. The purpose is to inform stakeholders about the facility's configuration and intent, laying the groundwork for potential contracts related to maintenance, renovation, or construction, ensuring compliance with government standards and enhancing operational functionality. Such details contribute to strategic planning and resource allocation for state and local governmental projects, emphasizing organizational efficiency.
Apr 8, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) outlines the fixed-price, performance-based janitorial services required for the U.S. Army Corps of Engineers' Garrison Administration and Maintenance Facilities in Riverdale, ND. The contractor must supply all labor, supervision, transportation, and personal protective equipment (PPE) necessary for facility cleaning. Bidders must submit a Quality Control (QC) plan, past performance references, and a bid proposal. The contract consists of a base offer period from May 1, 2025, to April 30, 2026, along with four optional renewal periods. Key responsibilities include routine (daily, weekly, monthly) and non-routine (semi-annual, annual) cleaning services, maintaining quality assurance through periodic inspections by the Government Quality Assurance Representative (QAR). Contractors must adhere to standards and regulations, ensure employee conduct, provide adequate employee identification for security, and manage key control. There are provisions regarding training for personnel on security and emergency protocols, ensuring proper adherence to safety measures. The document emphasizes the necessity for a comprehensive approach to cleaning and maintaining the facilities in compliance with local, state, and federal regulations, thereby supporting the Government’s goals of operational efficiency and property protection.
Apr 8, 2025, 8:06 PM UTC
The document outlines a bid proposal for facility cleaning services at an Administration Building and a Maintenance Facility over five contract years, starting from May 1, 2025, through April 30, 2030. The proposal includes routine cleaning services specified by frequency (daily, weekly, and monthly) and non-routine services (semi-annual and annual). Each year contains structured pricing details for each service type across both facilities, with spaces left for unit prices and total amounts. The contract is divided into annual options, with each year mirroring the previous year's service requirements but scheduled to run consecutively for five years. The detailed description helps clarify the expected scope of work, specifically noting that the Maintenance Facility will have additional cleaning during certain months. This document is crucial for understanding the federal government's procurement process in securing cleaning services, representing the government's intent to maintain facility hygiene and operational standards. By detailing service quantities and pricing structures, the proposal enables potential contractors to provide accurate bids, aligning with government disclosure requirements and budget planning.
Apr 8, 2025, 8:06 PM UTC
The government file outlines various aspects of federal and state local Requests for Proposals (RFPs) and grants. The main focus is on funding opportunities available to organizations and entities seeking financial support for projects that align with government objectives. Key topics include eligibility criteria, application processes, and specific areas of interest for funding, such as community development, infrastructure improvements, and public health initiatives. Supporting details explain the importance of meeting deadlines, the requirement for detailed project proposals, and the criteria by which applications will be evaluated. The document also emphasizes transparency in the procurement process and encourages potential applicants to engage with available resources to enhance their proposals. The structure includes a summary of financial provisions, instructions for submissions, and a breakdown of evaluation parameters, ensuring applicants understand what is expected for successful funding. Overall, this file serves as a comprehensive guide for entities looking to access government funding, underscoring the government's commitment to fostering community development and public welfare initiatives.
Apr 8, 2025, 8:06 PM UTC
The Women-Owned Small Business (WOSB) solicitation encompasses the procurement process for commercial products and services related to garrison project administration and janitorial services, with a total award amount of approximately $22 million. The solicitation details include specific requisition numbers, effective dates, and contact information. The delivery period is outlined from May 1, 2025, to April 30, 2030, with options for additional years contingent upon performance. The scope demands compliance with various federal regulations, including certifications concerning small business participation, service contract labor standards, and requirements for payment by electronic funds transfer. Additionally, performance work statements and wage determinations guide the contractor's obligations and expectations for quality and compliance. Key evaluation factors for proposals include quality control, past performance, and pricing, which will be assessed to determine the most advantageous offer for the government. The document aims to promote transparency and compliance in the contracting process while supporting the engagement of small businesses, particularly those owned by women, in federal procurement activities.
Apr 8, 2025, 8:06 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract involving the provision of Garrison Project Administration and Operations Management (OM) Janitorial Services. It details procurement specifics such as the requisition number, contract number, and award date. The total award amount is set at $22 million, with supplies and services divided into base and option years, spanning from May 2025 to April 2030. Each option year represents a continuation of janitorial services. The solicitation emphasizes compliance with various federal regulations, including those related to small business participation and labor standards, indicating a preference for economically disadvantaged women-owned businesses and service-disabled veteran-owned businesses. Included are requirements for offer submissions and acceptance criteria, ensuring quality assurance and performance evaluations. The document further specifies inspection and acceptance locations in Riverdale, ND, and lists several clauses that govern the execution of the contract. By encompassing essential clauses and stipulating important procedural guidelines, it serves as both an invitation for bids and a framework for contractual obligation fulfillment. This contract aims to enhance facility service quality while supporting the federal government's initiatives to promote small business participation in government procurement.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract encompasses a range of cleaning and maintenance tasks, including litter pickup, garbage removal, restroom sanitation, and ground maintenance, to ensure the facilities are safe and well-maintained for public use. This initiative highlights the federal government's commitment to maintaining recreational facilities effectively, particularly during varying seasonal usage patterns. Interested contractors must submit their quotes electronically by 2:00 PM CT on April 15, 2025, and should direct inquiries to Marc Proietto or Daniel D. Monahan via the provided email addresses.
Fort Randall Refuse Collection Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for refuse collection services at the Fort Randall Project located in Pickstown, South Dakota. The contract requires the contractor to provide all necessary personnel, equipment, and services for waste management, including the provision and maintenance of dumpsters, with a focus on cleanliness and compliance with safety protocols. This service is critical for maintaining operational standards and environmental management at the facility, with a total contract duration of five years, including one base year and four optional renewal years, and an estimated total award amount of $47 million. Interested contractors must submit their proposals by April 9, 2025, at 2:00 PM, and can direct inquiries to Greg J. Nielsen or Daniel D. Monahan via their provided email addresses.
Janitorial Services for FRF, Duck, NC
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center, is seeking qualified small businesses to provide janitorial services at the Field Research Facility located in Duck (Kitty Hawk), North Carolina. The procurement aims to award a single purchase order for comprehensive cleaning tasks, personnel management, and adherence to quality control standards, with a contract duration of one base year and four optional years. This solicitation emphasizes the importance of maintaining facility cleanliness and operational efficiency while supporting small business participation in government contracts. Interested vendors must submit their quotes by April 16, 2025, and are required to be registered in the System for Award Management (SAM) prior to this date. For further inquiries, potential offerors can contact William Rawe at william.t.rawe@usace.army.mil or Christine L. Wilson at Christine.L.Wilson@usace.army.mil.
Armed Forces Career Center Janitorial - Modesto
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for janitorial services at the Armed Forces Career Center located in Modesto, California. The contract requires comprehensive cleaning services, including a three-day weekly cleaning schedule, adherence to strict security protocols, and the establishment of a Quality Control Program to ensure compliance with performance standards. This procurement is crucial for maintaining a clean and healthy environment within government facilities, supporting overall mission objectives. Interested small businesses must submit their proposals by April 3, 2025, with a total contract value of approximately $22 million over a five-year period, including four optional renewal years. For further inquiries, contact Melita Doyle at Melita.s.doyle@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
Building 1085 Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting cleaning services for Building 1085 at Minot Air Force Base, North Dakota, through a Combined Synopsis/Solicitation. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) for a five-year term, requires the contractor to perform Level 1 and Level 2 cleaning services, with an estimated four cleanings of each level per year, as detailed in the Performance Work Statement and accompanying floor plans. This procurement is set aside for small businesses under NAICS code 561720, emphasizing the importance of maintaining a clean and sanitary environment for personnel health and safety. Proposals are due by April 11, 2025, at 11:00 am CDT, and interested parties should contact Colton Snyder at colton.snyder@us.af.mil or SrA Jalen Dillard at Jalen.Dillard.1@us.af.mil for further information.
Janitorial Services at the Isabella Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified contractors for janitorial services at the Isabella Resident Office located in Lake Isabella, California. The contractor will be responsible for providing all necessary labor, equipment, and supplies to maintain approximately 3,600 square feet of office space and a maintenance shop locker room, with services required twice a week and additional window cleaning twice annually. This procurement is part of the government's initiative to ensure cleanliness and operational efficiency at federal facilities, with a total contract value of $19,500,000 and a performance period from May 1, 2025, to April 30, 2026. Interested vendors should contact Mary Noonan at mary.m.noonan@usace.army.mil or 916-557-7599 for further information, and must submit any questions by April 1, 2025, prior to the scheduled site visit on March 24, 2025.
Janitorial Services - NRCS Bismarck Plant Material Center, ND
Buyer not available
The Department of Agriculture, through the Farm Production and Conservation Business Center, is soliciting quotes for janitorial services at the NRCS Bismarck Plant Materials Center in North Dakota. The contract requires the provision of comprehensive custodial services, including cleaning tasks across multiple buildings on a scheduled basis, with a focus on maintaining sanitary conditions in compliance with federal, state, and local regulations. This opportunity is a total small business set-aside under NAICS code 561720, with a revenue cap of $22 million, emphasizing the government's commitment to supporting small businesses while ensuring a clean and productive work environment. Quotes are due by April 14, 2025, at 10:00 AM Eastern Time, and should be submitted via email to the designated contacts, Sharla K. Goforth and Priscilla Perry.
US Armed Forces Recruiting Center Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals from qualified small businesses to provide janitorial services for its facilities located in San Pablo, California. The contractor will be responsible for comprehensive cleaning services, including management, supervision, and the provision of necessary equipment and supplies, with services required three times a week during normal business hours. This contract, valued at approximately $22 million over several option years, emphasizes participation from women-owned small businesses and aims to maintain a clean and safe environment in military recruitment facilities. Interested vendors should direct inquiries to Henry Barron at henry.barron@usace.army.mil by March 27, 2025, and attend a pre-contract site visit on March 25, 2025, at 1:00 PM PT.
Janitorial Services at Mud Mountain Dam (MMD)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is seeking qualified contractors to provide janitorial services at Mud Mountain Dam (MMD). The procurement aims to ensure the cleanliness and maintenance of the facility, which is crucial for operational efficiency and safety. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties should refer to Solicitation W912DW25Q0020 for detailed requirements. For further inquiries, potential bidders can contact Tam Huynh at tam.c.huynh@usace.army.mil or by phone at 206-764-6669, or reach out to Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517.
Greers Ferry IDIQ Park Clean Up
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for park cleanup services at the Greers Ferry Project Office in Arkansas under solicitation number W9127S25Q0019. This opportunity is a 100% Small Business Set-Aside, categorized under NAICS Code 561720 for Janitorial Services, with a contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement that includes a base period until January 31, 2026, and four additional one-year option periods. The contract emphasizes the importance of efficient park maintenance services while supporting small businesses, with a guaranteed minimum payment of $2,500 for the base period and a focus on pricing for evaluation. Interested vendors must attend a mandatory site visit on April 2, 2025, and submit their quotes via email by April 18, 2025; for further inquiries, they can contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.