Success Lake Office Janitorial Services
ID: W9123825QA020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, 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, specifically the U.S. Army Corps of Engineers, is soliciting proposals for office janitorial services at Success Lake in Porterville, California. The contract requires the selected contractor to provide all labor, materials, and supervision necessary for janitorial tasks across multiple facilities, with services scheduled for Monday, Wednesday, and Friday, excluding federal holidays. This procurement is crucial for maintaining cleanliness and hygiene in government facilities, ensuring compliance with health and safety standards. Interested small businesses must submit their proposals by June 17, 2025, and can direct inquiries to Antonina Beal at antonina.beal@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil, with a site visit scheduled for May 22, 2025.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for Office Janitorial Services at Success Lake, Tulare County, California. The contractor is responsible for providing all labor, materials, and supervision for janitorial tasks at various facilities, including the Administration Area and Tule Recreation Area. The contract spans a Base Year plus four option years, with payment scheduled upon task completion. Services are to be performed Monday, Wednesday, and Friday, excluding federal holidays, and include daily and periodic cleaning tasks for multiple buildings. The contractor must submit certain documents, including insurance certificates and safety plans, and follow strict guidelines for health and safety compliance. The scope of work emphasizes regular inspections and quality monitoring to ensure service standards are met, with penalties for unmet performance expectations. The government will not approve payment for subpar services, and the contractor must promptly address any deficiencies. This document serves as a comprehensive guide for contractors seeking to fulfill government RFPs for janitorial services while adhering to operational, safety, and quality assurance standards.
    The Success Lake Office Janitorial Services RFP document outlines questions and answers regarding a cleaning contract for the U.S. Army Corps of Engineers. Previous contractor Kaweah Maintenance Inc. received $165,000 for the contract's base period and four options. The document indicates that no site visit is required, and proposals are due by June 17, 2025. Monthly services can be scheduled for the first week of each month. Key aspects include that there will be no additional services beyond the prescribed scope and no specific qualifications for supervisors. Invoices require certain supporting documents, provided after the award, and payments are expected within 30 days. The contractor will not be supplied with equipment or uniforms, but waste disposal and access to necessary utilities will be available. Additionally, there are provisions for contractor performance evaluation, with re-performance required if standards are not met. This document primarily serves to clarify expectations, requirements, and procedures for potential contractors bidding on janitorial services, ensuring compliance with federal regulations and operational standards.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, specifying minimum wage rates and fringe benefits required for specific occupational classifications in California's Tulare County. It emphasizes compliance with Executive Orders 14026 and 13658, outlining hourly wage requirements based on the contract date: $17.75 for contracts post-January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. Various occupational codes with corresponding wage rates are detailed, along with additional benefits like health and welfare contributions, vacation, and holidays. The document mandates that contractors must guarantee proper compensation, including overtime and hazard differentials when applicable, and outlines the conformance process for any unlisted job classifications. It also reiterates the applicability of paid sick leave provisions under Executive Order 13706. This determination is essential for government contracts, ensuring fair wages and protections for workers involved in service-related contracts.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) to provide commercial products and services to the Federal Government. It includes essential information on the requisition number, contract number, award date, contractor's details, and submission instructions. The solicitation is associated with a total award amount of USD 22,000,000 and is classified under the North American Industry Classification System (NAICS) code 561720. Key details specified include the offer due date, the name and contact information of the contracting officer, and the method of solicitation (Request for Quote, Invitation for Bid, or Request for Proposal). The document stipulates that the contract offers are to be signed by the contractor and returned to the issuing office, indicating that this acquisition is either unrestricted or set-aside for specific business types like Economically Disadvantaged WOSB, Service-Disabled Veteran-Owned Small Business, or HUBZone Small Business. This solicitation reflects the government's commitment to supporting small businesses, particularly those that are women-owned, to create opportunities in the federal procurement arena, thus promoting diversity and inclusion in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    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.
    Custodial Services for MO024
    Buyer not available
    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), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly 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.
    Almanor Ranger District Janitorial
    Buyer not available
    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.
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    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.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.