Custodial Services MO001; Belton, MO
ID: W911SA25Q3004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for custodial services in Belton, Missouri, under solicitation number W911SA-25-Q-3004. It presents various Contract Line Item Numbers (CLINs) that detail the required services, including annual and semi-annual custodial tasks such as carpet cleaning, tile and grout cleaning, window washing, and floor maintenance. The RFP specifies different CLINs for a base period and four option periods, each containing similar annual and semi-annual custodial needs. Pricing for each service is to be filled in by the bidders, with specific instructions to calculate total contract values. Additionally, a six-month extension option is mentioned, reflecting the potential for prolonged engagement. The structure emphasizes clear delineation of services and pricing requirements, aiming to attract bids that ensure thorough maintenance of facilities while adhering to federal procurement regulations. The primary goal is to procure reliable and efficient custodial services for a specified period, demonstrating the government's commitment to maintaining clean and safe environments within its facilities.
    The document serves as a cover sheet for a requirements package focused on antiterrorism (AT) and operations security (OPSEC) related to a custodial contract. It outlines mandatory reviews and certifications necessary for compliance with Army policies on security and protection in contracting. The organizational antiterrorism officer (ATO) and OPSEC officer must sign off on the package to ensure it adheres to applicable standards. The package details standard contract language that contractors must follow, including training requirements for AT and OPSEC, access policies, and information assurance. Contractors are required to provide background checks, complete training within specified timeframes, and develop a formal OPSEC plan if necessary. Key aspects include the need for AT Level I training for all contractor personnel, compliance with security procedures for access to facilities, and annual training for threat awareness. Overall, the document illustrates the importance placed on security measures in government contracts, emphasizing the need for rigorous oversight and training to protect personnel and assets.
    The document outlines the MO001 Custodial Drawing for the Belton ARC and AMSA located at 1200 Westover Rd in Belton, MO, indicating that no custodial services are required for the site. The provided drawings serve only as reference material and may not accurately reflect scale or measurements, placing the responsibility of verifying actual site conditions on the contractor. The document specifies a site code of 29880 and notes the date of the drawing as May 8, 2024. Multiple areas and work bays are labeled within the site but confirmatively state the absence of custodial service needs. This file is relevant in the context of federal and local RFPs as it details requirements for potential contractors and emphasizes the need for accurate site assessments in preparation for any related work.
    The "On Site Service Ticket – Custodial" document serves as a reporting tool for contracted custodial services in government facilities. It outlines various types of custodial tasks to be performed, such as mopping, trash removal, restroom sanitation, and window cleaning. Each time a service is conducted, the vendor must fill out the ticket, providing a record of the name of the vendor employees on site and check-in/check-out details with designated representatives from the government agency. It explicitly states that the service ticket does not serve as proof of inspection or acceptance of the services performed. The government retains the right to inspect the work at any time to ensure compliance with contract requirements. This structured approach facilitates accountability and documentation of custodial services, in alignment with government standards and expectations outlined in RFP processes for federal and state contracts. The document emphasizes the importance of thorough communication and adherence to service specifications.
    The "Contractor Rest Room Cleaning Sheet" serves as a tool for contractors to document their restroom cleaning activities. The sheet includes sections for the contractor’s employee name, date of service, and initial of the employee performing the cleaning. This document is critical for ensuring accountability and maintaining hygiene standards in federal, state, or local facilities. By providing a clear framework for tracking cleaning activities, it aids compliance with health and safety regulations associated with government contracts or grants. Such documentation underscores the importance of cleanliness in public facilities and contributes to the overall operational integrity of government properties.
    The document outlines a Request for Proposal (RFP) for custodial services at an Army Reserve facility, delineating the responsibilities and expectations of the contractor. The contract will span from January 1, 2025, to December 31, 2025, with four optional year extensions and a six-month service extension possibility. It specifies that the procurement is set aside for 100% Service-Disabled Veteran-Owned Small Businesses, adhering to a maximum size standard of $22 million under NAICS Code 561720. Key responsibilities include providing all necessary personnel, equipment, and supplies, performing regular cleaning tasks to maintain facility standards, and ensuring quality control without government supervision. The contractor must document compliance with legal requirements, manage employee conduct on-site, and complete security training for all employees requiring installation access. Additionally, the RFP mandates submission of a formal quote that includes all required documentation and compliance with Service Contract Reporting requirements. The contracting officer will assess quotes based on initial offers without discussions, emphasizing the importance of thoroughness in the proposals. The outlined structure highlights the government's approach to promote small business participation while ensuring high-quality service delivery and compliance with federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    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.
    Grounds Maintenance & Snow Removal Services at MO074 - Kansas City, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking a qualified contractor to provide Grounds Maintenance and Snow Removal Services at the MO074 facility located in Kansas City, Missouri. The contract encompasses a performance period from November 1, 2024, to October 31, 2025, with four optional one-year extensions and a six-month option to extend services, ensuring safe accessibility and maintenance of the facility throughout the winter months. This procurement is critical for maintaining operational readiness and safety at the facility, with specific requirements for snow removal and grounds maintenance services outlined in the solicitation documents. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes and all required documentation by the specified deadline, with written questions due by September 25, 2024. For further inquiries, contact Ms. Deena Murphy at deena.l.murphy.civ@army.mil.
    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.
    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.
    Snow Removal Services Multisite KS065 (KS005, KS023)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for snow removal services at two Army Reserve facilities in Emporia, Kansas, under solicitation number W911SA-24-Q-3138. The contract requires comprehensive snow removal and ice treatment services, ensuring safety and compliance with military standards, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years and a six-month extension. This procurement is critical for maintaining operational readiness during winter months, emphasizing the importance of timely and effective snow management at military installations. Interested small businesses must submit their quotes by October 7, 2024, and direct any inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil by September 27, 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.
    LAUNDRY AND DRY CLEANING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The contract, set aside for small businesses, aims to provide comprehensive laundering and dry cleaning of government-owned items, including linens and uniforms, in compliance with environmental and safety regulations. This service is crucial for maintaining the health and sanitation standards required for military operations and supporting the morale of service members and their families. Interested vendors must submit their price quotes by October 18, 2024, and ensure compliance with federal procurement guidelines, with additional inquiries directed to primary contacts Keosha Moss and Symone Y. Collins via their respective emails.
    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.
    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.