Park Custodial Services at Kansas City USACE West Kansas Lakes (including Harlan County Nebraska)
ID: W912DQ25Q1005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide custodial services for various lake projects in Nebraska and Kansas, under the solicitation number W912DQ25Q1005. The procurement includes five specific custodial service awards, focusing on maintaining cleanliness and operational standards at locations such as Harlan County Lake and Tuttle Creek Lake, as outlined in the Performance Work Statements (PWS). This initiative underscores the government's commitment to engaging small businesses while ensuring compliance with federal regulations and service contract standards. Interested vendors must submit their quotes electronically by 12:00 PM on October 23, 2024, and should contact Angella Curran or Christopher Anderson for further inquiries.

    Files
    Title
    Posted
    The document outlines a federal Request for Quote (RFQ) for custodial services required by the U.S. Army Corps of Engineers Kansas City District for various lake projects in Nebraska and Kansas. The solicitation number is W912DQ25Q1005, and it emphasizes the necessity for contractors to comply with federal, state, and local regulations in performing janitorial tasks as described in the Performance Work Statement (PWS). Key details include a Total Small Business Set-Aside, with the associated North American Industry Classification System (NAICS) code being 561720, which pertains to janitorial services. Eligible vendors must register in the System for Award Management (SAM) and submit offers via email to the listed contracting officer by the 23rd of October 2024. The document also specifies various clauses relevant to the procurement, including terms for inspection, payment, and the rights of the government in the event of contract termination. Emphasis is placed on legal compliance, particularly concerning wage determinations and contractor responsibilities. Attachments include performance specifications for multiple custodial projects. This solicitation encapsulates the U.S. government's ongoing efforts to outsource essential services while ensuring adherence to regulatory standards.
    The FY 24 Mass Solicitation Custodial RFP (W912DQ24Q1005) issued by the U.S. Army Corps of Engineers, Kansas City District, seeks quotes for custodial services across various lake projects in Nebraska and Kansas. The solicitation, primarily aimed at small businesses, requires that offers are submitted electronically by 12:00 PM on October 23, 2024. Each contractor must follow all relevant federal and state regulations and must be registered in the System for Award Management (SAM). The contract encompasses specific projects, including Class C Parks Facility cleanup and janitorial services, outlined in the attached Performance Work Statements (PWS). Evaluation criteria will prioritize technical competence and past performance. The document includes comprehensive clauses from the Federal Acquisition Regulation (FAR), detailing contractual obligations, payment procedures, and compliance requirements. Potential vendors must provide a variety of information on the vendor information sheet and are advised to address inquiries to the designated contracting officer. The project reflects the government’s commitment to maintaining clean public facilities while adhering to procurement regulations.
    The document outlines a Request for Quote (RFQ) for custodial services by the U.S. Army Corps of Engineers, Kansas City District, focusing on several lake projects in Nebraska and Kansas. The RFQ, designated as W912DQ25Q1005, emphasizes the need for comprehensive janitorial services at sites including Harlan County Lake, Tuttle Creek Lake, Kanopolis Lake, and Milford Lake. The solicitation highlights that it is set aside for small businesses in line with NAICS code 561720, with a size standard of $22 million. Interested vendors must submit their quotes via email by 12:00 PM on October 23, 2024, and be registered in the System for Award Management (SAM). The document specifies compliance with various federal regulations and includes performance work statements detailing the necessary custodial tasks, including inspections and adherence to service contract standards. The inclusion of wage determinations for each project site aligns with federal labor standards, ensuring fair compensation. Additionally, the document incorporates numerous clauses related to contract administration and compliance with federal laws, supporting the structured procurement process essential for government contracts. Overall, this solicitation demonstrates a strategic governmental effort to engage local businesses while ensuring service quality and regulatory adherence in public grounds maintenance.
    The document outlines a solicitation for custodial services by the U.S. Army Corps of Engineers for several lake projects in Nebraska and Kansas, specifically solicitation number W912DQ25Q1005. This combined synopsis requests quotes for commercial custodial services with a total small business set-aside, targeting vendors with a North American Industry Classification System (NAICS) code of 561720, which pertains to janitorial services. The contractor is required to adhere to federal, state, and local laws, as well as the Performance Work Statement included in the attachments. Key details include: - Offer submission deadline is 12:00 PM on October 23, 2024. - Five specific locations for service provision are identified, along with relevant performance metrics. - The contractor must be registered in the System for Award Management (SAM) for eligibility. - Mandatory clauses and clauses incorporated by reference, including service contract labor standards, are specified. This solicitation illustrates the government's commitment to engaging small businesses in service contracts while ensuring compliance with regulatory standards. The emphasis on small business participation and adherence to performance requirements shows a strategy towards fostering economic growth within the contracting community.
    The document outlines a Request for Quote (RFQ) for custodial services from the U.S. Army Corps of Engineers, Kansas City District, focusing on various lake projects in Nebraska and Kansas. Solicitation number W912DQ24Q1005 includes vendor information requirements, instructions for submission, and requirements for familiarity with Federal, state, and local laws pertaining to janitorial services. Key details include a total small business set-aside, with a business size standard of $22 million and associated NAICS code 561720 for janitorial services. The performance work statement outlines services needed for multiple lake projects: Harlan County, Tuttle Creek, Kanopolis, and Milford. Interested vendors must be registered in the System for Award Management (SAM) and ensure their proposals are valid for at least 60 days. Various clauses and regulations, such as the Service Contract Act and Equal Opportunity provisions, are incorporated into the contract. The document emphasizes compliance with legal, ethical, and procedural standards in government contracting, establishing a framework that governs the procurement of custodial services for government facilities.
    The document outlines the requirements for the Related Experience Form, which is mandatory for all offerors participating in a government Request for Proposal (RFP). To be considered for award, offerors must provide a detailed account of their contracting background and relevant experience related to the specified work in Section C of the solicitation. A minimum of one and a maximum of three examples of past work are to be submitted, including specifics such as contract number, the agency or firm that received the services, a contact person with their phone number, and the start and end dates of the work. Furthermore, a description of the duties performed and any applicable training that enhances the offeror's capacity to fulfill the requirements of the RFP must be included. This structured information is vital for evaluating the ability of bidders to carry out the proposed services effectively.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured document designed for contractors to provide information about their past contract performance, which is crucial for federal and local government contracting processes. It includes sections for contractor identification, contract details, and project descriptions. The client assesses the contractor's performance through a series of adjective ratings across various categories, such as quality, schedule compliance, customer satisfaction, management effectiveness, cost management, safety, and general performance. The evaluation section provides a rating scale from 'Exceptional' to 'Unsatisfactory,' allowing clients to detail their level of satisfaction regarding the contractor's execution of tasks. Additionally, clients can offer narrative comments on strengths, weaknesses, and any issues encountered. The completed questionnaire must be submitted directly to the offeror but can also be sent to the USACE, which reserves the right to verify the submitted information. This questionnaire is an essential tool in assessing contractor reliability and effectiveness, influencing future contracting decisions and performance evaluations in government projects.
    Lifecycle
    Similar Opportunities
    Park Custodial Services at Kansas City USACE East Kansas Lakes (Clinton and Perry)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is soliciting quotes for custodial services at various locations within the Kansas Lake Projects, specifically Clinton Lake and Perry Lake. The procurement involves five distinct custodial service awards, including tasks such as cleaning public use areas, campgrounds, and day-use areas, all of which must adhere to a detailed Performance Work Statement and comply with local, state, and federal regulations. These janitorial services are essential for maintaining the cleanliness and safety of recreational facilities, thereby enhancing visitor experiences at these public sites. Interested small businesses must submit their proposals via email by 12 PM on October 23, 2024, and are encouraged to contact Angella Curran or Christopher Anderson for further inquiries. The solicitation is set aside for small businesses under NAICS code 561720, with a business size standard of $22 million.
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide custodial services at the Stockton Lake Project in Missouri. The procurement includes three separate custodial service awards for locations within the project: High Point & Masters, Ruark Bluff West, and Ruark Bluff East. These janitorial services are essential for maintaining the cleanliness and operational readiness of the park facilities, reflecting the government's commitment to engaging small and diverse businesses in federal contracting. Interested vendors must submit their proposals by 12:00 PM on October 25, 2024, via email to Angella Curran, with a site visit scheduled for October 7, 2024, at the Stockton Lake Office.
    Combined Park Attendant with Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide combined park attendant and custodial services at Hawker Point within the Stockton Lake Project in Missouri. The procurement aims to secure essential non-personnel services that will maintain public health and enhance the visitor experience at this popular flood control reservoir, with responsibilities including fee collection, park maintenance, and custodial duties. This contract is significant for ensuring the upkeep of recreational facilities and is set aside for small businesses under NAICS code 721211, reflecting the government's commitment to local economic support. Interested parties should contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details, and a site visit is scheduled for October 7, 2024, at 9:30 am at the Stockton Lake Office.
    Park Attendant Services at Kansas City USACE Nebraska Lakes (Harlan County)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Park Attendant Services at Harlan County Lake in Nebraska. The contract, which spans from May 2025 through April 2026 with options for subsequent years, requires the contractor to perform key responsibilities such as gatekeeping, permit sales, visitor assistance, and park area surveillance, all in accordance with the specified Performance Work Statement (PWS). This solicitation is a Total Small Business Set-Aside, emphasizing the importance of safety compliance, quality control, and contractor reliability. Interested parties should contact Angella Curran at angella.curran@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further details and to schedule a site visit.
    Park Attendant Services at Kansas City USACE Kansas Lakes (Pomona)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide Park Attendant Services at the Pomona Lake Project in Vassar, Kansas. The procurement involves managing park operations, including overseeing the fee booth, maintaining cleanliness, assisting visitors, and ensuring compliance with regulations, with a contract duration starting from April 1, 2025, to September 15, 2025, and two optional renewal years. This opportunity is crucial for maintaining a high-quality recreational environment and is set aside for total small business participation under NAICS code 721211. Interested contractors should contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details and to schedule a site visit.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Gavins Point Winter Cleaning Project, which encompasses janitorial services for the period from 2025 to 2029. The contractor will be responsible for providing all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Cedar County, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring the operational efficiency and sanitation of federal facilities, particularly in high-traffic recreational areas. Interested small businesses must submit their quotes by October 10, 2025, with the award decision expected in fiscal year 2025. For further inquiries, potential contractors can contact Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil or Daniel D. Monahan at daniel.d.monahan@usace.army.mil.
    Snow Removal Services Multisite KS065 (KS005, KS023)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for snow removal services at two Army Reserve facilities in Emporia, Kansas, under solicitation number W911SA-24-Q-3138. The contract requires comprehensive snow removal and ice treatment services, ensuring safety and compliance with military standards, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years and a six-month extension. This procurement is critical for maintaining operational readiness during winter months, emphasizing the importance of timely and effective snow management at military installations. Interested small businesses must submit their quotes by October 7, 2024, and direct any inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil by September 27, 2024.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    W911SA25Q3010 Snow Removal Services for KS100 in New Century, KS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for snow removal services at the Army Reserve facility KS100 in New Century, Kansas, under solicitation number W911SA25Q3010. The contract requires the selected contractor to provide all necessary labor, equipment, and materials for effective snow and ice management, ensuring safe conditions on roadways, parking lots, and sidewalks, with a service period anticipated from November 1, 2024, to October 31, 2025, and the possibility of four one-year extensions. This procurement is crucial for maintaining operational safety and accessibility during winter months, and interested small businesses must submit their quotes by September 30, 2024. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Custodial Services MO001; Belton, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for custodial services at the MO001 facility located in Belton, Missouri, under solicitation number W911SA-25-Q-3004. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a performance period from January 1, 2025, to December 31, 2025, with options for four additional years and a six-month extension. The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies to maintain facility cleanliness, ensuring compliance with security and operational standards, and documenting service activities. Interested vendors must submit their quotes, including all required documentation, by the specified deadline, and can direct inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil. The solicitation will be available on SAM.gov starting September 25, 2024, with questions due by October 9, 2024.