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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    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.
    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, 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.
    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 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.
    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.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.