JBMHH Custodial Services
ID: W9124J-25-R-JBHHType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide custodial services at Joint Base Myer-Henderson Hall (JBM-HH) in Virginia, under an 8(a) set-aside program for small businesses. The contractor will be responsible for delivering comprehensive cleaning services across approximately 378.6 acres and 83 cleanable buildings, ensuring compliance with federal, state, and local regulations while maintaining high standards of cleanliness and safety. The current contract has an award value of $8,309,692.70 and is set to be awarded by September 30, 2025, with responses to the Sources Sought Notice due by June 23, 2025. Interested vendors can direct inquiries to Amber Clark at amber.r.clark18.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Custodial Services at Joint Base Myer-Henderson Hall outlines the requirements for a contractor to provide comprehensive cleaning services across approximately 378.6 acres with 83 cleanable buildings. The contractor is responsible for supplying all necessary personnel, equipment, and materials to meet specified performance standards, while adhering to applicable federal, state, and local regulations. Services include scheduled cleaning, special event support, and general maintenance tasks for various facility types. Key requirements include maintaining a detailed work log, adhering to security protocols, and ensuring compliance with safety and environmental standards. Additionally, the contractor must manage site-specific security arrangements and employee training regarding health safety and emergency protocols. The contract type is Firm Fixed Price, and the contractor will be held accountable for restoring any damage to government property. Emphasis is placed on quality control, communication with government representatives, and timely reporting on custodial activities. Overall, the document serves to ensure high standards of cleanliness and safety within government facilities while establishing clear expectations between the contractor and the government authority.
    The document addresses vendor inquiries related to the follow-on contract for janitorial services associated with the U.S. Army. It confirms that the incumbent contract has been extended until September 30, 2025, and outlines that the award for the new contract is expected by the same date. Vendors are informed that minimum requirements for bid submissions are detailed in the Performance Work Statement (PWS). Additionally, the document provides contact information for the Army's Office of Small Business Programs, including their name, address, phone number, and email. The current contract's award value is noted as $8,309,692.70, and it indicates that site visits will be possible during the solicitation phase. Overall, this communication serves to clarify key aspects of the contract solicitation process for potential bidders.
    The document addresses vendor inquiries related to the follow-on contract for janitorial services associated with the U.S. Army. It confirms that the incumbent contract has been extended until September 30, 2025, and outlines that the award for the new contract is expected by the same date. Vendors are informed that minimum requirements for bid submissions are detailed in the Performance Work Statement (PWS). Additionally, the document provides contact information for the Army's Office of Small Business Programs, including their name, address, phone number, and email. The current contract's award value is noted as $8,309,692.70, and it indicates that site visits will be possible during the solicitation phase. Overall, this communication serves to clarify key aspects of the contract solicitation process for potential bidders.
    The U.S. Government is seeking to contract custodial services for Joint Base Myer-Henderson Hall (JBMHH) under a non-personal services agreement, specifically as an 8(a) set-aside for small businesses. To initiate this process, the government requires two or more qualified 8(a) businesses to respond to this Sources Sought Notice (SSN) with detailed capability statements to support the potential for a set-aside. The anticipated North American Industry Classification System (NAICS) code is 561720 (Janitorial Services), with a size standard of $22M. Interested vendors must submit a response that includes their firm’s contact information, business size, previous experience, pricing details, and suggestions to enhance competition among small businesses. This solicitation is for follow-on services from an existing contract. The government emphasizes that this notice does not guarantee a future Request for Proposal (RFP) and does not seek unsolicited proposals at this time. Responses must be submitted by June 23, 2025, and all inquiries should be directed to specified contracting personnel. This document sets the foundation for small businesses to participate in a government contract by outlining requirements and submission guidelines for potential bidders.
    Lifecycle
    Title
    Type
    JBMHH Custodial Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    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.
    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.
    CUSTODIAL SERVICES - Nichols, NY (NY127)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - NJ, is seeking proposals for custodial services at the facility located at 881 Stanton Hill Road, Nichols, NY. The procurement aims to award a Firm Fixed Price purchase order for janitorial services, as outlined in the attached Performance Work Statement (PWS) and Site Map. This opportunity is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in fulfilling government contracts. Interested parties should note that there are two pre-scheduled site visits, and all proposals must be submitted by the specified response date, with inquiries directed to Shannon Harvey at shannon.e.harvey3.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil.
    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.
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    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.
    Custodial Services at TX201
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.