Janitorial services at Tri-Lake Project Office, Littleton, Colorado
ID: W9128F25QA038Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Janitorial Services (56172)

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 seeking qualified contractors to provide janitorial services at the Tri-Lake Project Office in Littleton, Colorado. The contract, valued at approximately $22 million, encompasses a base year and four option years, with a focus on maintaining cleanliness and public health standards through a variety of scheduled tasks. This procurement is part of a federal initiative aimed at increasing engagement with Women-Owned Small Businesses (WOSBs) and includes strict compliance with federal labor standards and security protocols. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Euemduan Osmera or Mika N. Mahyenga via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the janitorial service requirements for the Tri-Lakes Project Office and Maintenance Building, with work scheduled weekly on Wednesdays from 5:00 PM to 10:00 PM. The contractor is responsible for labor, materials, and supervision, ensuring services maintain facility cleanliness and public health standards. Key tasks include floor cleaning, furniture maintenance, window washing, and restroom care, categorized by frequency: weekly, bi-weekly, monthly, quarterly, semi-annually, and annually. Strict adherence to security protocols, including background checks for contractor personnel and proper identification, is mandated. The selection process for contractors emphasizes "Best Value," considering workforce qualifications, past performance, and total price. All work must comply with specified standards, with inspections conducted by government representatives, addressing performance issues as necessary. Effective from July 1, 2025, through June 30, 2026, the contract includes options for multiple extensions, reinforcing the government’s commitment to hiring reliable contractors for maintaining critical facilities while ensuring safety and compliance with detailed operational standards. Overall, the document serves as a guideline for the procurement of janitorial services in alignment with federal rules.
    The document is a Wage Determination issued by the U.S. Department of Labor, detailing wage and fringe benefit rates for various occupations under the Service Contract Act (SCA). It highlights minimum wage requirements based on Executive Orders 14026 and 13658, which mandate federal contractors to pay covered workers $17.75 or $13.30 per hour, respectively, depending on contract dates and renewals. Specific rates for multiple occupations are provided, covering a range of job classifications such as administrative support, automotive services, food preparation, health occupations, and technical occupations, among others. Key provisions include mandated health and welfare benefits, vacation, and holiday pay, as well as requirements for paid sick leave. Additionally, the document outlines the conformance process for job classifications not explicitly listed, ensuring fair compensation based on industry standards. This determination serves as a guide for state and local contracts, reflecting the federal commitment to ensuring fair labor standards and protections for workers in federally contracted services, reinforcing labor rights in alignment with government RFPs.
    The document outlines the Antiterrorism (AT) and Operations Security (OPSEC) training and compliance requirements for contractor personnel accessing Army facilities. Key provisions include mandatory completion of AT Level I training within 30 days of contract initiation, with certification submitted to the Contracting Officer Representative (COR) within 5 days post-training. Contractors must also adhere to installation-specific security policies, provide necessary background check information, and ensure personal identity verification as per federal regulations. OPSEC training is similarly required, emphasizing ongoing training on security protocols. Additionally, employees without appropriate security clearance must be escorted in sensitive areas and must be pre-screened through the E-Verify Program to confirm employment eligibility. The document mandates an organized process for managing contractor compliance with security and training requirements, highlighting the government's commitment to maintaining security standards on military installations and aligning contractors with federal guidelines. This structure emphasizes training and background checks to enhance operational security within government contracts.
    The document outlines the "Limitations on Subcontracting" clause applicable to federal contracts, particularly those set aside for small business concerns. It defines a "similarly situated entity" and specifies the scenarios where the clause applies, such as contracts set aside for small businesses or awarded on a sole-source basis. The limitations dictate that prime contractors may not subcontract more than 50% of contract performance costs for services and supplies to other entities that do not share the same small business classification. For general construction, the limit is set to 85%, while for special trade contractors, it is 75%. Compliance milestones for meeting these limitations are detailed based on contract types. Joint ventures must ensure that small business participants fulfill at least 40% of the workload, excluding administrative tasks. This clause aims to ensure that federal awards and contracts benefit small businesses directly, promoting equitable distribution of government contracting opportunities.
    The U.S. Army Corps of Engineers is preparing to issue a Request for Quote (RFQ) for janitorial services at the Tri-Lake Project Office and Maintenance Building, with the solicitation anticipated to open around April 18, 2025 and close on May 2, 2025. This opportunity is exclusively available to small businesses. The contractor will be required to provide labor, supervision, materials, and equipment to deliver weekly cleaning services on Wednesdays between 5:00 pm and 10:00 pm, adjusting as necessary for federal holidays. The contract includes a base period of performance from July 1, 2025, to June 30, 2026, with four optional extension years. The relevant NAICS code is 561720 for Janitorial Services, and businesses must be registered in the System for Award Management (SAM) to qualify for contract awards. Interested parties can access solicitation documents via SAM.gov and must complete the registration annually to ensure eligibility. The project is located in Littleton, Colorado, and further inquiries can be directed to the contracting officer, Euemduan Osmera.
    The Women-Owned Small Business (WOSB) solicitation is focused on contracting janitorial services as part of a federal procurement initiative. The contract is valued at $22 million and spans multiple years, including a base year and four option years. The quotation process entails identifying responsible offerors based on the best value, with evaluations considering workforce qualifications, past performance references, and total pricing. The contract requires contractors to comply with various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to labor standards and non-discriminatory practices. The solicitation emphasizes the importance of timely submission of proposals and responses to inquiries by specified deadlines. It also includes provisions outlining mandatory insurance requirements for contractors and highlights the U.S. Army Corps of Engineers' tax-exempt status. Overall, the document serves as a formal request for proposals (RFP) that seeks to increase the engagement of WOSBs in providing essential government services.
    The Women-Owned Small Business (WOSB) solicitation outlines procurement for commercial products and services, specifically for janitorial services over five years, managed by the U.S. Army Corps of Engineers. The request includes options for four additional years beyond the base contract period, with a total potential award amount of $22 million. The contractor is mandated to follow a range of Federal Acquisition Regulation (FAR) clauses and contract terms applicable to commercial services, including guidelines for small business participation and compliance with federal regulations on labor standards, ethics, and trafficking in persons. The structure allows for an effective vendor response to government service needs while emphasizing the inclusion of economically disadvantaged and women-owned businesses. Essential details include direct contracting officer information, itemized pricing proposals for service delivery, and compliance stipulations necessary for contract acceptance. The solicitation helps advance government objectives in increasing procurement from disadvantaged businesses while ensuring high-quality service provision.
    The document outlines an amendment to a federal solicitation regarding a contract, specifically detailing the acknowledgment of receipt, modifications to offers, and newly added clauses. It extends the deadline for offer submissions and requires that any changes to existing offers reference the amendment. Critical to this amendment is the inclusion of clause 52.223-2, which mandates the reporting of biobased products purchased by contractors in compliance with USDA standards. Contractors must report the types and dollar values of these products annually by October 31, covering purchases made during the previous fiscal year. The document maintains all other terms and conditions from the initial solicitation, with a structured format defining each section and requisite actions required from involved parties. It emphasizes the importance of acknowledging the amendment to avoid the rejection of offers, ensuring all parties are aware of changes affecting contract performance and compliance requirements.
    The document outlines an amendment to a government solicitation, extending the deadline for offers and detailing the requirements for acknowledging receipt of the amendment. It specifies that offers must be recognized prior to the designated deadline, and details the modification process for existing contracts. A key feature of the amendment is the inclusion of a new clause, 52.223-2, pertaining to the reporting of biobased products under service and construction contracts. This clause mandates contractors to report annually on the biobased products they purchase, as defined by the USDA, including submission deadlines. The document further lists changes to various contract documents and attachments, adding clarity to the requirements and procedures. Overall, the amendment reflects a commitment to sustainability in procurement practices while ensuring compliance with reporting obligations.
    This document outlines an amendment to a federal solicitation numbered W9128F25QA038, extending the deadline for offers and incorporating new terms related to subcontracting. It requires offers to acknowledge receipt of the amendment in specified ways, and provides guidelines for submitting changes to offers. The amendment includes a summary of changes in contract documents, highlighting the addition of FAR 52.219-14, which addresses limitations on subcontracting. The updates also reflect changes to the attachments and their page counts, ensuring that all terms remain otherwise unchanged. This amendment is significant for participants in the solicitation process, as it impacts compliance and submission processes, emphasizing the importance of adherence to the updated guidelines for effective contracting and procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at ensuring that small businesses can compete for the contract, which will be awarded on a Firm-Fixed Price basis for one base period and four option periods. These services are essential for maintaining the cleanliness and aesthetic appeal of the parks, contributing to the overall enjoyment and safety of the recreational areas. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is anticipated to be issued on or about November 19, 2025, with a closing date around December 18, 2025. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    W91237-26-QA007 - Lower Tuscarawas Area Projects, OH - Mowing, Maintenance, and Cleaning Services 2026 - 2030
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing, maintenance, and cleaning services for the Lower Tuscarawas Area Projects in Ohio, covering the period from January 1, 2026, to December 31, 2030. The contract, valued at a not-to-exceed amount of $2,400,000, will be awarded based on a best value tradeoff process, considering factors such as past performance, management controls, equipment and personnel, and cost/price, with non-priced factors being more significant than price alone. This procurement is a total small business set-aside under NAICS code 561730, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226 / 410-980-8898.
    MFR Wash Rack Services
    Buyer not available
    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 Removal and Sanding Services, Hop Brook Lake and Naugatuck River Basin Office, Middlebury, CT
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at the Hop Brook Lake and Naugatuck River Basin Office in Middlebury, Connecticut. Contractors will be required to provide all necessary equipment, materials, labor, and transportation to ensure safe and accessible conditions during winter weather, including plowing, shoveling, sanding, and salting across various locations. This procurement is particularly important for maintaining operational safety and accessibility at these facilities during inclement weather conditions. Interested vendors must have an active registration in SAM.gov and submit their proposals by November 18, 2025, at 2:00 PM Eastern, with an estimated contract value of $9,500,000. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Snow Removal and Sanding Services, Administrative Area, Franklin Falls Dam, Franklin, NH
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for snow removal and sanding services at the Franklin Falls Dam Administrative Area in Franklin, NH. The contract, which is set aside for Women-Owned Small Businesses (WOSB), requires vendors to provide all necessary equipment, materials, labor, and transportation for snow plowing, shoveling, and sanding, ensuring accessibility and safety at the facility during winter months. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by November 26, 2025, with the contract covering a base year and two optional years, emphasizing safety protocols and site visit attendance as critical components of the procurement process.
    Oologah Lake PCMC, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is preparing to issue a presolicitation notice for landscaping services at Oologah Lake in Oklahoma. The procurement aims to secure a contractor to provide essential groundskeeping and landscaping services, which are vital for maintaining the aesthetic and functional aspects of the lake area. This opportunity is set aside for small businesses under the SBA guidelines, with the solicitation number W912BV26QA009 expected to be released soon. Interested parties can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further information.
    Lower Tuscarawas Area Projects, OH - Mowing, Maintenance, and Cleaning Services 2026 - 2030
    Buyer not available
    The Department of Defense, through the Huntington District Corps of Engineers, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing, maintenance, and cleaning services at the Lower Tuscarawas Area Projects in Ohio. The contract will cover a base period of one year, with four additional option years, running from January 1, 2026, to December 31, 2030, and has a not-to-exceed value of $2,400,000. This procurement is a 100% Small Business set-aside, emphasizing the importance of past performance and management capabilities over cost in the evaluation process. Interested parties must be registered in the System for Award Management (SAM) and can expect solicitation documents to be available around October 31, 2025; inquiries can be directed to Ellec T. Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a firm-fixed-price requirements contract for Operations and Maintenance (O&M) services at Center Hill Lake in Tennessee, covering the period from February 2026 to January 2031. The contract, which is a total small business set-aside under NAICS code 561210, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work ordered via individual task orders. This procurement is critical for maintaining the operational integrity and safety of the Center Hill Lake facilities, which serve recreational and environmental purposes in the region. Interested parties must submit their proposals electronically via the Army's Electronic File Sharing Service in PIEE by the deadline of November 14, 2025, and are encouraged to contact Jamie Barnes at jamie.l.barnes@usace.army.mil or 615-736-5892 for further information.
    Janitorial Services – Pintler Ranger District, Beaverhead-Deerlodge National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotes for janitorial services at the Pintler Ranger District within the Beaverhead-Deerlodge National Forest, located in Philipsburg, Montana. The procurement includes a firm fixed-price contract for cleaning various facilities, including the Main Office and restrooms, with services required 2-3 days per week, along with biannual window and carpet cleaning. This contract is significant for maintaining cleanliness and hygiene in federal facilities, ensuring a safe and welcoming environment for staff and visitors. Interested vendors must submit their quotes by November 28, 2025, at 1700 Pacific Standard Time, and are required to acknowledge receipt of the amendments to the solicitation, with the period of performance extending from December 15, 2025, to March 31, 2029. For further inquiries, vendors can contact Christina Graves at christina.graves@usda.gov.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.