Tri Lake Janitorial
ID: W9128F25QA038Type: Presolicitation
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
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    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 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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    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 mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.