Recreation Area Janitorial Services, North Springfield Lake, Springfield, VT
ID: W912WJ25Q0080Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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, through the U.S. Army Corps of Engineers, is seeking qualified small business vendors to provide janitorial services at the Stoughton Pond Recreation Area, located at North Springfield Lake in Springfield, Vermont. The scope of work includes comprehensive cleaning tasks such as maintaining restrooms, picnic areas, and litter pick-up, primarily during the recreation season from Memorial Day to Labor Day, with options for extended service years. This procurement is crucial for ensuring a clean and safe environment for visitors, reflecting the federal government's commitment to maintaining public recreational spaces. Interested vendors must have an active registration in SAM.gov and submit their bids by April 25, 2025, at 2:00 PM Eastern Time; for further inquiries, they can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation issued by the U.S. Army Engineer District, New England, extending the closing date for offers related to contract W912WJ25Q0080. The new deadline is set for April 24, 2025, at 2:00 PM Eastern Time. The amendment serves to clarify that all other terms and conditions of the original solicitation remain unchanged. It outlines methods for offerors to acknowledge receipt of the amendment, emphasizing the importance of timely acknowledgment to avoid rejection of their offers. The amendment also specifies that contractors are required to sign and return copies of this document for compliance. This action indicates the federal government's procedural approach in managing solicitations while ensuring that potential contractors have sufficient time to prepare their submissions.
    This document is an amendment to a solicitation (ID: W912WJ25Q0080) issued by the U.S. Army Engineering District, New England, intended to address industry questions regarding the bidding process. The amendment maintains the original terms and conditions while providing clarifications on various inquiries. Key points include that subcontracting is permitted, there is no maximum bid amount (awards based solely on price), and details of prior contractors are included in solicitation documents. Additionally, information on bid submission and site visits is also referenced within the original solicitation. The closing date for submissions remains unchanged at April 24, 2025, at 2:00 PM Eastern. Vendors must acknowledge receipt of this amendment to ensure their offers are considered. This amendment serves to enhance transparency and assist potential contractors in their proposal preparations, reflecting the commitment to an organized procurement process within the federal system.
    The document is an amendment to a federal solicitation, specifically extending the deadline for bids for a project under the U.S. Army Engineer District, New England. The original closing date has been postponed from April 24, 2025, to April 25, 2025, at 2:00 PM Eastern Time. The amendment states that aside from this extension, all other terms and conditions of the solicitation remain unchanged. The amendment also outlines the required actions for contractors regarding acknowledgment of receipt of this amendment, emphasizing the importance of adhering to the revised deadline. Failure to acknowledge receipt properly may lead to the rejection of their offer. Additionally, the document includes formal identification sections for the contracting officer, contractor, and pertinent details necessary for administrative processing. This amendment emphasizes procedural compliance within the context of federal grants and contracting, ensuring necessary adjustments are communicated clearly for transparency and efficiency in the procurement process.
    The document outlines the Performance Work Statement for janitorial services at North Springfield Lake, managed by the U.S. Army Corps of Engineers. The primary aim is to maintain cleanliness and hygiene standards in the recreation area, ensuring a safe and welcoming environment for visitors. Key points include the scope of services required, frequency of cleaning tasks, and specific areas that need attention, such as restrooms, picnic areas, and parking facilities. The contractor is expected to adhere to established safety and environmental regulations while delivering high-quality service. The emphasis is on effective management and communication with the Corps of Engineers to meet operational requirements. This request for proposals (RFP) illustrates the federal government's commitment to maintaining public recreational spaces, reflecting its responsibility in overseeing and enhancing community resources.
    The document outlines a Request for Quotations (RFQ) for janitorial services at the Stoughton Pond Recreation Area, managed by the U.S. Army Corps of Engineers. The RFQ specifies the scope of work, which includes the cleaning of comfort stations, picnic tables, litter pick-up, grill cleaning, and seasonal spring cleanup. Services are to be conducted primarily from Memorial Day to Labor Day on specified weekdays, with options for additional years of service. Key instructions for vendors include adhering to federal acquisition regulations, maintaining an active registration in the System for Award Management (SAM), and ensuring compliance with safety and environmental regulations. The contract includes security requirements, personnel conduct standards, and details on necessary certifications, including OSHA qualifications. Potential vendors must submit detailed quotes via email by the deadline, including completed bid schedules. The contractor is responsible for all cleaning supplies and must comply with federal safety and environmental guidelines. Inspections will be conducted to ensure work meets the required standards, and non-compliance may result in payment reductions or penalties. The overall aim is to maintain a clean and safe recreation area while ensuring regulatory compliance and effective service delivery.
    Lifecycle
    Similar Opportunities
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    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.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.