Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
ID: 70FBR226Q00000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 2: EMERGENCY PREPAREDNESS ANNEW YORK, NY, 10278, 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 Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement for janitorial services at the DHS/FEMA Region II Closeout Processing Center in Colts Neck, NJ. It details responsibilities for management, labor, supplies, and equipment, emphasizing compliance with federal, state, and local laws, and OSHA standards. Key aspects include personnel requirements, security clearances, a mandatory Quality Control Program, and specific cleaning schedules for various areas of the 22,500 sq ft office space. The contractor must provide all necessary equipment and Green Seal-certified, non-toxic cleaning supplies. The document also specifies insurance requirements, government roles, emergency call-back services, and detailed reporting. Services are structured into base, weekend, and 24-hour activation options, reflecting the facility's potential role as a Regional Response Coordination Center. Special attention is given to the protection of Controlled Unclassified Information (CUI) and the citizenship of employees.
    The document is a wage determination under the Service Contract Act for New Jersey, specifically Monmouth and Ocean Counties. It outlines minimum wage requirements for federal contractors based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. It lists numerous occupations—from administrative to technical—with their corresponding hourly rates. The document also details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks after 1-15 years of service), and twelve paid holidays. Special provisions include night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. It also describes a conformance process for unlisted job classifications, emphasizing the importance of matching duties rather than titles.
    This government solicitation outlines the evaluation factors for awarding a fixed-price purchase order, emphasizing a best-value contract approach in accordance with FAR Subpart 13.5. Proposals will be evaluated based on descending order of importance: Technical Specifications, Past Performance, and Price. Non-price factors combined are slightly more important than price. Technical Specifications will assess the vendor's management approach, logistical support, resource utilization, and a robust quality control plan. Past Performance requires two recent and relevant examples within the last three years, with FEMA reserving the right to use additional sources like CPARS. Price proposals will be evaluated for reasonableness, with unit prices and discounts ensuring fairness. The document also provides a rating scale from Outstanding to Unacceptable, detailing criteria for assessing proposal quality and risk.
    This government Request for Proposal (RFP) is issued by the Federal Emergency Management Agency (FEMA) Region II for janitorial services at Naval Weapons Station Earle (NWSE). The solicitation, a small business set-aside, includes a base period (February 2026 to January 2027) and four optional 12-month extensions, potentially extending services until January 2031. Services include daily cleaning Monday through Friday, with additional weekend cleaning for RRCC activations as needed, and an option for twice-daily cleaning. Site visits are scheduled for December 8 and December 10, 2025, requiring attendees to be US Citizens with Real ID, a clean background check, and to complete a NAVSEC5512 form. The document also details federal acquisition regulations, including clauses on combating trafficking in persons, options to extend services and the contract term, and policies against text messaging while driving. The NAICS code for this acquisition is 561720 (Size Standard: $22M).
    The Department of the Navy (DoN) form SECNAV 5512/1 (MAY 2021) is a registration for local population ID cards and base access passes. It outlines the authority, purpose, and routine uses for collecting personal information to control physical access to DoD, DoN, or U.S. Marine Corps installations. The form details required applicant information, including identity proofing documents, biographic data, and employment activity. It also includes a Privacy Act Statement, a routine uses statement for sharing information with contractors, federal agencies, and foreign governments, and a disclosure statement indicating that providing information is voluntary but essential for access. The document highlights the requirement for applicants to return their ID cards upon expiration or termination of employment and authorizes federal agencies to conduct background checks, including FBI, DSS, and DHS databases, as well as NCIC and Terrorist Screening Database queries. Final access determination rests with the Base Commanding Officer, with strict criteria for vetting and fitness, including checks for terrorist watch lists, debarment lists, felony warrants, and sex offender status.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide office janitorial services for the North Springfield Lake and Upper Connecticut River Basin in Vermont. The contractor will be responsible for furnishing all necessary equipment, materials, and labor to clean the designated offices, adhering to the Performance Work Statement. This procurement is crucial for maintaining a clean and functional work environment for government operations, 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 5, 2025, and must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be answered.
    OPTION - FY26 STA SHINNECOCK WASTE SERVICE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for waste collection services under the contract titled "OPTION - FY26 STA SHINNECOCK WASTE SERVICE." This procurement aims to secure solid waste collection services at the Coast Guard Station in Hampton Bays, New York, emphasizing the importance of maintaining cleanliness and environmental standards at the facility. The opportunity is set aside for small businesses, in accordance with FAR 19.5, and interested parties can find more details and submit inquiries through Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation is part of a combined synopsis/solicitation notice, and further information can be accessed via the provided link.
    F--Emergency Remedial Response Services (ERRS 6)
    Buyer not available
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.
    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.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    Level II Armed Guard Service - State of Tennessee
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    OPTION - USCG Station Montauk Trash Removal CY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for trash removal services at the USCG Station Montauk for the calendar year 2026. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 562111, which pertains to solid waste collection. This service is crucial for maintaining cleanliness and operational efficiency at the station, ensuring compliance with environmental standards. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and additional information can be found at the provided link.
    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.