Park Custodial Services at Kansas City USACE Missouri (Stockton)
ID: W912DQ25Q1000Type: 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 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.

    Files
    Title
    Posted
    The document outlines the requirements for the "Related Experience Form" that all offerors must complete in response to a government solicitation. This form is crucial for determining the eligibility and qualifications of potential contractors. Offerors are required to present a minimum of one and a maximum of three examples of their past contracting experience directly relevant to the work specified in Section C of the solicitation. Each submission must include detailed information such as the contract number, agency or firm for whom the work was performed, a contact person at the site, telephone details, the timeline of work, and a comprehensive description of duties performed. The emphasis is on demonstrating relevant experience and any training that enhances performance in carrying out the obligations outlined in the solicitation. This systematic approach assists government agencies in evaluating contractor qualifications efficiently and effectively within the framework of federal grants and RFPs.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a form utilized to gather contractor performance evaluations in federal contract projects. The initial sections require contractors to provide detailed information about their firm, the scope of work performed, and specific contract details, including contract numbers, award dates, and prices. The client completes the latter sections, which focus on evaluating the contractor's performance across various criteria, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety and security, and overall compliance with contract terms. Performance is rated using an adjectival scale from Exceptional (E) to Unsatisfactory (U), with detailed definitions provided to guide evaluators. Additionally, the questionnaire allows clients to summarize specific strengths, weaknesses, and any significant issues encountered during the project. This tool ensures the government can effectively assess contractor capabilities and performance history, aiding decision-making in future procurements. The overall purpose of this document is to enhance the evaluation process for federal contracting, ensuring contractors meet government standards and improving the transparency of government procurement practices.
    The document is a Request for Quote (RFQ) issued by the U.S. Army Corps of Engineers for custodial services at the Stockton Lake Project in Missouri, categorized under NAICS code 561720 for Janitorial Services. The RFQ specifies that it is set aside for small businesses, with a bidding deadline of October 25, 2024. Offerors must submit their proposals via email to the designated contact, Angella Curran. The proposal must adhere to various federal regulations, including the Federal Acquisition Regulation (FAR) clauses, which govern contractor obligations, labor standards, and contract terms. Specific performance expectations and requirements are outlined in the Performance Work Statement (PWS) provided in the attached documentation. The document emphasizes compliance with federal, state, and local laws and encourages small businesses to register in the System for Award Management (SAM) for qualification. Various clauses regarding contract administration, wage determinations, and evaluation of quotes apply, promoting transparency and fair labor practices. Overall, this solicitation reflects the government's intent to secure professional custodial services while promoting small business participation in federal contracts.
    The document outlines a federal solicitation for custodial services under the solicitation number W912DQ25Q1000, specifically for the U.S. Army Corps of Engineers Kansas City District at the Stockton, Missouri Lake Project. The primary focus is to acquire janitorial services from vendors, suitable for small businesses, including disadvantaged and women-owned enterprises. The solicitation requires bidders to submit their offers by 12:00 PM on October 25, 2024, via email to the designated contact, Ms. Angella Curran. Key provisions include adherence to the Performance Work Statement (PWS), compliance with federal, state, and local laws, and specific references to the Federal Acquisition Regulation (FAR) clauses related to commercial contracts. The document emphasizes the importance of bidders being registered on the System for Award Management (SAM) website and outlines the necessary certifications and compliance requirements. With the associated NAICS code of 561720 (Janitorial Services) and a small business size standard of $22 million, the announcement encourages a competitive process while ensuring proper contractor qualifications and regulatory compliance. This initiative reflects the government's commitment to engaging small and diverse businesses in public procurement processes.
    The document is a Vendor Information Sheet for a Request for Quote (RFQ) related to custodial services for the U.S. Army Corps of Engineers at the Stockton Lake Project in Missouri (Solicitation # W912DQ25Q1000). It outlines that offers must be submitted by 12:00 PM on October 25, 2024, via email to the designated contact. The solicitation is specifically set aside for small businesses with a size standard of $22 million, under the NAICS code 561720, which pertains to janitorial services. Key components include the Performance Work Statement (PWS) detailing the required services, compliance with federal and local regulations, and specifics regarding submission procedures, including email delivery and duration of offers. Additional information is provided about contractor obligations, including registration in the System for Award Management (SAM). The file also details various incorporated Federal Acquisition Regulation (FAR) clauses that govern the acquisition process, emphasizing contractor responsibilities regarding labor standards, inspection protocols, and payment terms. Overall, the document serves to guide interested vendors through the bidding process while ensuring compliance with government regulations for service contracts, thus facilitating transparent and fair procurement of custodial services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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 West Kansas Lakes (including Harlan County Nebraska)
    Active
    Dept Of Defense
    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.
    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.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective of this procurement is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This initiative underscores the importance of high hygiene standards for public facilities, ensuring a positive experience for visitors while promoting opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal electronically by the specified deadline, with further inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    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.
    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.
    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.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730. Interested parties can download the solicitation package from https://sam.gov/ starting on or about September 3, 2024, and should direct inquiries to Geoffrey Rogers at geoffrey.b.rogers@usace.army.mil or Erica Collins at erica.m.collins@usace.army.mil.
    PORTABLE LATRINE SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for Portable Latrine Services at Camp Shelby, Mississippi, under solicitation number W9127Q-24-R-0009. The contract, which is set aside for small businesses, involves the rental, delivery, relocation, service, and repair of portable latrines and hand wash stations over a five-year period starting November 1, 2024. This service is crucial for maintaining sanitary conditions during military training exercises, particularly given the high demand for units during peak training cycles. Interested contractors must submit their proposals by 4:00 P.M. CDT on October 10, 2024, and direct any inquiries to Tina Williams at tina.m.williams150.mil@army.mil or David Oglesby at david.a.oglesby.civ@army.mil.