Janitorial Services, Recruiting Centers, Framingham and Milford, MA
ID: W912WJ25QA032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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 business vendors to provide janitorial services for recruitment centers located in Milford and Framingham, Massachusetts. The contract requires the contractor to furnish all labor, materials, and equipment necessary to perform cleaning services on a bi-weekly schedule, covering a total of 104 service days across three specified locations. These janitorial services are crucial for maintaining cleanliness and operational efficiency in military recruitment facilities, thereby supporting the overall mission of the Armed Forces. Interested vendors must have an active registration in SAM.gov and submit their offers by May 19, 2025, at 2:00 PM Eastern Time; for further inquiries, they can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an amendment of a solicitation, specifically extending the deadline for submission of offers related to a federal contract. The response due date has been changed from May 9, 2025, to May 19, 2025, at 2:00 PM Eastern Time. All other terms and conditions of the solicitation remain unchanged. The document outlines the acknowledgment process for recipients, including options to acknowledge receipt of the amendment either by completing specific items, including the amendment in submitted offers, or via electronic communication. There is also a section detailing the necessity for contractors to make amendments or modifications before the specified deadline. The document concludes with the contact details of the contracting officer, Jennifer Samela. This amendment highlights the procedural aspects of the federal contracting process, ensuring vendors are aware of changes and can respond accordingly.
    This document details a solicitation for janitorial services under the Women-Owned Small Business program for the U.S. Army Corps of Engineers in New England. Contractors are expected to provide comprehensive cleaning services across designated recruitment facilities, including regular maintenance, emergency cleaning, and periodic tasks like carpet shampooing. The contract has a total award amount of $22 million, and performance standards are strictly outlined, including requirements for service frequency, cleaning procedures, and safety protocols. The contractor must submit pre-work plans, maintain quality control, and comply with all applicable regulations. Additionally, the solicitation stipulates conditions for vendor registration in the System for Award Management (SAM), specifies invoice submission procedures, and emphasizes the importance of adherence to health and safety standards. Overall, the document serves to ensure quality service provision and compliance with federal regulations while supporting economic opportunities for women-owned businesses.
    The document outlines the specifications and details for multiple Armed Forces Career Centers located in Milford and Framingham, Massachusetts. The centers are designed to provide services for recruitment and career counseling, with total spaces of approximately 1,131 SF and 1,153 SF in Milford, and 2,430 SF in Framingham. Each location features designated carpeted and tiled areas, with sizes detailed as 695 SF carpet and 439 SF tile in Milford, and 1,770 SF carpet and 660 SF tile in Framingham. Additionally, there are storage rooms and test rooms included in the layout of each center. This file likely serves as part of a federal RFP or grant proposal aimed at enhancing the infrastructure of military recruitment offices, reflecting a commitment to operational efficiency and adequate facility management for military recruitment efforts. The structured information allows for clear understanding of space allocation and intended use, which is essential for planning and potential funding considerations.
    This document outlines a bid schedule for janitorial services for U.S. Army Corps of Engineers in New England, specifically pertaining to three facility locations in Milford and Framingham, Massachusetts. The office sizes range from 1,134 to 2,430 square feet, and services include daily cleaning tasks, monthly tasks, carpet cleaning, light fixture cleaning, high dusting, and emergency cleaning as needed. Each service is quantified, but all prices are recorded as $0.00, indicating potential placeholders or pending evaluations. The structure is organized into various sections detailing specific service locations and types required. This document serves as part of a Request for Proposal (RFP) focused on securing janitorial contracts from federal agencies, ensuring cleanliness standards in government facilities while reflecting compliance with contracting procedures.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for janitorial services as part of a contract by the U.S. Army Corps of Engineers, specifically for facilities located in Milford and Framingham, Massachusetts. The primary objective is to furnish comprehensive janitorial services, including cleaning schedules, scope of work, service standards, and requirements for vendor participation. Key components include service frequency (two to three times weekly), thorough cleaning of designated areas (offices, restrooms, common spaces), handling of supplies, and adherence to federal safety guidelines. The solicitation details a structured timeline for submission of quotations, pre-work conferences, maintenance of Safety Plans, and requirements for compliance with security protocols for contractor personnel. Furthermore, it emphasizes the importance of quality assurance measures, performance evaluation criteria, and consequences for non-compliance in service delivery. The overall aim is to ensure effective service provision while meeting government standards and fostering opportunities for women-owned businesses in federal contracting.
    Lifecycle
    Similar Opportunities
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    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.
    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.
    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.
    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.
    Custodial Services at TX201
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Snow and Ice Removal Taunton, MA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor to provide snow and ice removal services in Taunton, Massachusetts, for the 99th Readiness Division during fiscal year 2026. The contractor will be responsible for ensuring a clean and safe environment at the Bristol County ARC/AMSA facility, which includes providing all necessary personnel, equipment, and supplies, with a requirement for a two-hour response time after notification. This contract, which includes a 12-month base period and four optional 12-month extensions, emphasizes strict adherence to quality control, safety, and environmental compliance standards, as well as specific operational tasks such as clearing parking lots and sidewalks. Interested parties should contact Timothy McCleary at timothy.j.mccleary.civ@army.mil for further details regarding this total small business set-aside opportunity.