Janitorial Services at the Isabella Resident Office
ID: W9123825QA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

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.

Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
The document addresses the janitorial service requirements outlined by the Isabella Resident Office, specifically in response to questions from prospective contractors. It states that cleaning will be performed twice a week, with all areas having tile flooring. Additionally, window cleaning is mandated twice annually for 12 windows, each measuring approximately 3ft 10in by 3ft 8in. It is also specified that contractors must supply all necessary cleaning materials, as the government will not provide items such as toilet paper or multi-fold paper towels. This summary highlights the essential aspects of the RFP: cleaning frequency, specific areas and materials to be maintained, and the contractor's responsibility to manage supplies. The overall purpose is to clarify the expectations and requirements for companies looking to offer janitorial services to the government office.
Apr 1, 2025, 8:05 PM UTC
The document details the floor plan for the Administration Building at the Isabella Permanent Operations site, managed by the US Army Corps of Engineers. It outlines various office spaces, including conference rooms, storage areas, and specialized rooms such as a dam monitoring equipment room. The plan includes dimensions for each room, indicating a focus on functionality and effective space utilization. The design considerations reflect compliance with federal standards, potentially linked to future Request for Proposals (RFPs) or grants related to operational enhancements at the facility. The overall layout is intended for improved management and operations, prioritizing accessibility and utility within the building's dimensions as depicted on the provided scale. This document serves as a technical reference for ongoing or upcoming projects, reflecting governmental efforts to maintain and upgrade essential facilities in line with public service requirements.
Apr 1, 2025, 8:05 PM UTC
The document outlines the maintenance shop floor plan for the Isabella Permanent Operations Building in Isabella Lake, California, managed by the US Army Corps of Engineers. It details the layout, including spaces for a locker room, tools, and utilities, specifying dimensions and materials for construction. The building is designated as a pre-engineered structure compliant with the Metal Building Manufacturers Association and other engineering standards. Critical design elements include provisions for mechanical and electrical coordination to ensure operational efficiency, with features like a dust collector and make-up air unit noted as necessary installations. Overall, the document serves as a technical specification for bidders in a federal RFP context, ensuring compliance with safety and construction protocols while addressing operational needs for the facility.
Apr 1, 2025, 8:05 PM UTC
The Performance Work Statement outlines the requirements for janitorial services at the Isabella Permanent Operations Office in Lake Isabella, CA. The contractor will be responsible for providing all necessary labor, equipment, and supplies for cleaning the Administrative office and Maintenance shop locker room, encompassing approximately 3,600 square feet of office space. Services are to be performed twice a week, focusing on areas like restrooms, communal kitchen, and common spaces, with specific cleaning protocols detailed for each area. The contract encompasses a base period plus four optional years, underlining that any changes must be authorized by the Contracting Officer. Performance evaluations will be conducted by the Contracting Officer's Representative (COR) to ensure standards are met, relying on a Quality Assurance Surveillance Plan (QASP) for measuring timeliness and quality. The contractor is entrusted with adhering to safety regulations, including OSHA compliance, and must ensure employee training in antiterrorism and operational security. Payment processes require submission of verified invoices post-service completion. This document lays the foundation for ensuring consistent janitorial operations while maintaining safety and security at a federal facility.
Apr 1, 2025, 8:05 PM UTC
The Women-Owned Small Business (WOSB) contract solicitation for janitorial services at the Isabella Dam outlines a request for proposals from qualified contractors. The contract has a total award amount of USD 19,500,000 and covers daily and semi-annual service requirements, loosely defined by Product Service Code S201. The performance period extends from May 1, 2025, to April 30, 2026, with options for subsequent years outlined in the solicitation. Essential details include the requested inspection and acceptance locations, a range of clauses from the Federal Acquisition Regulation (FAR), and provisions for payment and performance standards. The solicitation emphasizes the necessity for compliance with various federal stipulations concerning women-owned small businesses and imposes obligations such as anti-trafficking measures and small business subcontracting goals. Interested contractors are guided to contact Mary Noonan for further information and are reminded to fulfill the necessary documentation in their proposals. This document serves as a formal invitation to ensure competitive bidding for government contracts, promoting inclusion of women-owned businesses within the federal procurement framework.
Apr 1, 2025, 8:05 PM UTC
The document serves as a wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying required minimum wage rates and fringe benefits for various occupations in California, particularly Kern County. It outlines applicability based on contract dates and incorporates adjustments made under Executive Orders 14026 and 13658, mandating minimum wages of at least $17.75 and $13.30 per hour, respectively, depending on contract conditions. The extensive occupational listing delineates wages for various job titles across sectors like administrative support, automotive services, healthcare, and technical occupations, along with required fringe benefits. These include health and welfare, vacation time, and holidays, emphasizing worker protections under the SCA and related Executive Orders. The document emphasizes that certain classifications may receive higher minimum wages and details a conformance process for unlisted job classifications. Overall, this wage determination provides crucial guidelines for contractors involved in federal service contracts, ensuring compliance with established labor standards and protections for workers across numerous occupational fields.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
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.
Pine Flat Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California. The contract aims to provide comprehensive cleaning services for headquarters, recreational areas, restrooms, and fish cleaning stations, emphasizing performance-based solutions that allow contractors to propose innovative approaches to meet the government's objectives. This procurement is significant for maintaining public facilities and promoting economic opportunities for small businesses, particularly Women-Owned Small Businesses (WOSB), with an estimated contract value of $22 million. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
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.
Armed Forces Career Center Janitorial - Eureka, CA Base + 4
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 Armed Forces Career Center located in Eureka, California. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to ensure comprehensive cleaning services, which will be conducted bi-weekly during regular business hours and overseen by a Military Service Representative. This contract, valued at approximately $22 million, includes a base year and four optional years, emphasizing the importance of maintaining a clean and safe environment for government operations. Interested bidders must submit their proposals by April 15, 2025, and can direct inquiries to Luis Valencia at luis.a.valencia@usace.army.mil.
Fairfield Janitorial Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide janitorial services for its facilities in Fairfield, California, under the solicitation number W9123825QA002. The contract requires comprehensive cleaning services to be performed three times a week, covering various areas such as offices, restrooms, and common spaces, with a strong emphasis on environmentally-friendly practices and compliance with federal regulations. This procurement not only supports the operational integrity of government facilities but also promotes small business initiatives, as it is set aside for total small business participation, with a total award amount of $22 million and options for additional service years. Interested contractors should direct inquiries to Henry Barron at henry.d.barron@usace.army.mil by March 27, 2025, and are encouraged to attend a pre-contract site visit on March 25, 2025.
Recreation Area Janitorial Services, Indian Hollow Campground, Knightville Dam, Chesterfield, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Indian Hollow Campground located in Chesterfield, MA, for the year 2025. The contract requires the provision of labor, equipment, materials, and transportation to maintain cleanliness in one Comfort Station Restroom and Shower Facility, which includes separate male and female areas. This procurement is crucial for ensuring high hygiene standards and a pleasant experience for visitors to the campground. Interested vendors must have an active registration in SAM.gov at the time of submission, and the procurement is set aside for small businesses under NAICS code 561720, with a size standard of $22 million. For further inquiries, potential bidders can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Tri Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is preparing to issue a Request for Quote (RFQ) for janitorial services at the Tri-Lake Project Office and Maintenance Building located in Littleton, Colorado. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to perform weekly cleaning services, primarily on Wednesdays during specified evening hours, with adjustments for federal holidays. This opportunity is set aside for small businesses under the NAICS code 561720 for Janitorial Services, with a base contract period from July 1, 2025, to June 30, 2026, and four optional extension years. Interested parties must register in the System for Award Management (SAM) to qualify for contract awards, and inquiries can be directed to the contracting officer, Euemduan Osmera, at euemduan.c.osmera@usace.army.mil. The solicitation is anticipated to open around April 18, 2025, and close on May 2, 2025.
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.
Garrison Project - Admin and OM Janitorial
Buyer not available
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.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.