Janitorial Services for Maintenance Building and Power Plant - U.S. Army Corps of Engineers - Harry S. Truman Dam and Reservoir, Warsaw, MO
ID: W912DQ25Q1021Type: 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 U.S. Army Corps of Engineers is seeking qualified contractors to provide janitorial services for the Maintenance Building and Power Plant at the Harry S. Truman Dam and Reservoir in Warsaw, Missouri. The contractor will be responsible for ensuring that all designated areas are maintained in a clean and sanitary condition, which includes providing personnel, equipment, supplies, and supervision as outlined in the performance work statement. This procurement is a Total Small Business Set-Aside under NAICS code 561720, emphasizing the importance of maintaining a pristine environment for operational efficiency and health standards. Interested parties should contact Angella Curran at angella.curran@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further details, and a site visit is scheduled for February 7, 2025, at 9:00 a.m. CST.

    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for janitorial services at the Harry S. Truman Dam and Reservoir in Missouri, specifically for the maintenance building and powerhouse. The contracting opportunity is designated as a Total Small Business Set-Aside, with a NAICS code of 561720 (Janitorial Services) and a business size standard of $22 million. The contractor is required to provide comprehensive janitorial services, ensuring clean and sanitary conditions in specified facilities. The contract spans one base year and two option years, with performance standards and scheduled tasks clearly defined. Key details include the necessary personnel, equipment, materials, and supervision for the scope of work. The contractor must adhere to quality control measures, safety requirements, and coordinate with other contractors on-site. Additionally, specific cleaning tasks, frequency of services, and operational hours are delineated, emphasizing the importance of maintaining a pristine environment and upholding health standards. This solicitation demonstrates the federal government’s commitment to procuring necessary services through a structured process, ensuring compliance with various regulations while supporting small businesses in the government contracting arena.
    The document outlines the layout for a maintenance building, detailing designated areas and their square footage allocation. Key spaces include offices for staff members, tool and carpentry rooms, restrooms for men and women, various types of storage (unheated, cold, and warm), and specialized sections for plumbing supplies, pesticides, and paint. Additionally, the facility features a garage, wash bay, and a metal welding area, all emphasizing the operational needs of maintenance activities. The layout reflects a well-organized structure aimed at supporting efficient workflow while adhering to safety considerations for handling materials. This plan is likely part of a government RFP or grant proposal, designed to enhance infrastructure for maintenance tasks, ensuring adequate space and resources for diverse operational demands.
    The government document outlines specifications for flooring types in various sections of a power plant, categorized into eight attachments. Each attachment provides details regarding the flooring material options, which include polished concrete, carpet, quarry tile, and wood floor in different industrial and administrative areas. The document serves as a guideline for contractors and vendors responding to a request for proposals (RFPs) related to facility maintenance or upgrades within the industrial sector. It emphasizes the need for appropriate flooring solutions that adhere to safety and efficiency standards in an industrial environment. By providing clear specifications, the document assists in ensuring compliance and facilitating the decision-making process for potential bidders, reflecting the government's commitment to maintaining infrastructure integrity and functionality.
    This document serves as a vendor information form required for submissions related to federal and state grant proposals and RFPs (Requests for Proposals). It includes essential details that vendors must provide about themselves, such as the offeror's name, contact information (address, phone number, email), Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, and Tax Identification Number (TIN). Additionally, the form includes spaces for the vendor's signature and the date of signing, which formally acknowledge the submitted information. Overall, the document focuses on collecting necessary identification and contact data to verify and engage potential bidders in government contracting and funding opportunities. Complete and accurate vendor information is crucial for compliance and effective communication in procurement processes.
    The document outlines the requirements for completing the Related Experience Form as part of a federal Request for Proposal (RFP). All offerors must fill this form to be deemed responsive and eligible for contract consideration. It mandates submissions detailing the contractor's relevant experience, specifically pertaining to the work described in Section C of the solicitation. Offerors are required to provide a maximum of three experiences relevant to the contract, including comprehensive information on the type of work performed, the associated agency or firm, contact details, and the duration of the work. Additionally, the form should include descriptions of the duties performed and any training that enhances the contractor's ability to fulfill the specifications of the RFP. This structured approach ensures that proposals are evaluated based on pertinent experiences that align with the specified work requirements, ensuring the selection of qualified contractors for the project.
    The NAVFAC / USACE Past Performance Questionnaire (PPQ) is designed to evaluate contractors' performances on federal contracts. Contractors provide information about their firm, contract specifics, and project descriptions, while clients assess the contractor's quality, management, customer satisfaction, cost management, safety, and ability to meet contractual obligations. The document includes blocks for contractors to fill in relevant details about their firm and past projects, as well as a section for clients to rate various aspects of the contractor’s performance using a standardized rating system. Ratings range from Exceptional (E) to Unsatisfactory (U), reflecting the extent to which the contractor met contractual requirements. Ultimately, this questionnaire serves to ensure transparency and accountability in government contracting by gathering performance data that influences contractor selection in future bids. By encouraging direct client feedback, the PPQ seeks to improve overall contract execution and service delivery within the federal procurement process, reinforcing the government’s commitment to partnering with high-performing contractors.
    Similar Opportunities
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Janitorial, Mowing, and Refuse Services for Webbers Falls Powerhouse
    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 janitorial, mowing, and refuse services for the Webbers Falls Powerhouse. The procurement aims to ensure the cleanliness and maintenance of the facility, which is crucial for operational efficiency and safety. This opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 561720 for Janitorial Services and PSC code S201 for custodial services. Interested parties should reach out to Caitlyn Cox at caitlyn.m.cox@usace.army.mil or call 918-669-4951 for further details, while Cheryl Hakel is available at cheryl.d.hakel@usace.army.mil or 918-669-7355 for additional inquiries.
    Campground and Park Facility Cleaning Services Beaver Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified small businesses to provide campground and park facility cleaning services at Beaver Lake in Arkansas. The procurement involves janitorial services for 11 parks, including regular cleaning, preseason maintenance, and power washing of various structures and playgrounds. This contract is a 100% Small Business Set-Aside under NAICS Code 561720, with a base period and four optional periods extending until December 31, 2029, and a minimum guarantee of $2,500 for the initial term. Interested parties should attend a pre-bid meeting on February 27, 2025, and submit their quotes electronically by March 25, 2025, with all required documentation, including a pricing schedule and signed amendments. For further inquiries, contact Ashley Stokes at ashley.m.stokes@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for a service contract at El Dorado Lake, Kansas. The contract encompasses essential facilities support services, including mowing, janitorial services, herbicide applications, and snow/ice removal. These services are vital for maintaining the operational integrity and cleanliness of the recreational area, ensuring a safe and pleasant environment for visitors. Interested small businesses must submit their proposals by 2:00 PM Central Time on Friday, March 21, 2025, and can direct inquiries to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting proposals for Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma. The contract will encompass custodial work at the parks and janitorial services at the Sardis Park Office and surrounding areas. These services are crucial for maintaining cleanliness and hygiene in public recreational spaces, ensuring a pleasant environment for visitors. Interested small businesses are encouraged to reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or 918-669-7073, or Rudolfo Morales at rudolfo.j.morales.civ@mail.mil or 918-669-7275 for further details regarding the solicitation process.
    Janitorial Services at Fort Gibson Powerhouse
    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 janitorial services at the Fort Gibson Lake Powerhouse. This solicitation represents a new requirement aimed at maintaining cleanliness and hygiene standards at the facility. Janitorial services are crucial for ensuring a safe and sanitary environment for personnel and visitors at the powerhouse. Interested small businesses are encouraged to reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or call 918-669-7078 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Custodial Services for Preston Bend Park at Texoma Lake
    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 custodial services for Preston Bend Park at Lake Texoma. This procurement is a new requirement aimed at maintaining cleanliness and upkeep of the park facilities, which is essential for ensuring a pleasant experience for visitors. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further details regarding the solicitation process.
    Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for cleaning and janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract requires the selected contractor to provide all necessary personnel, equipment, and materials to maintain the cleanliness and safety of recreation facilities, including tasks such as garbage removal, restroom sanitation, and ground maintenance. This initiative emphasizes the federal government's commitment to engaging small businesses, specifically Women-Owned Small Businesses (WOSB), in federal contracting opportunities. Proposals must be submitted electronically by 1400 CT on April 15, 2025, with the contract spanning one base year from April 30, 2025, to April 29, 2026, and four optional renewal years. Interested parties can reach out to Marc Proietto or Daniel D. Monahan via email for further inquiries.
    PR Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking proposals for park cleaning services under a total small business set-aside. The procurement aims to secure janitorial services classified under NAICS code 561720, which encompasses housekeeping and custodial janitorial tasks essential for maintaining the cleanliness and upkeep of park facilities. This opportunity is crucial for ensuring a safe and pleasant environment for users of the parks managed by the Army. Interested small businesses should reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details and to express their interest in the solicitation.
    Pine Flat Lake Janitorial
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for janitorial services at the Pine Flat Lake and Dam Project in Fresno County, California. The contract aims to provide comprehensive cleaning services at various locations including the Pine Flat Headquarters compound and several recreation areas, allowing contractors the flexibility to propose innovative solutions while adhering to minimum performance standards. This performance-based service contract is crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and pleasant environment for visitors and staff. Interested parties should contact Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.