Fort Peck Power Plant Janitorial
ID: W9128F24Q0059Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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, Omaha District, is soliciting proposals for janitorial services at the Fort Peck Power Plant and associated water control structures in Montana. The contractor will be responsible for providing all necessary labor, supervision, cleaning materials, and equipment to maintain cleanliness and sanitation in accordance with established performance standards, including tasks such as sweeping, mopping, and snow removal. This procurement is crucial for ensuring operational efficiency and compliance with health regulations at the facility. Interested small businesses must submit their proposals by approximately August 29, 2024, and can direct inquiries to Lynne D. Reed at lynne.d.reed@usace.army.mil or by phone at 402-995-2039.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive Daily/Weekly Task Completion Record for cleaning and maintenance across multiple locations within a federal facility. It specifies daily and weekly cleaning tasks, such as dusting, mopping, emptying trash, and disinfecting various areas, including offices, workshops, restrooms, and common areas. Each task is categorized by location and frequency, detailing what must be done to maintain cleanliness and hygiene standards. In addition to daily tasks, the document includes provisions for monthly and quarterly cleanings, detailing specific tasks such as scrubbing floors, cleaning refrigerators, and vacuuming furniture. It emphasizes the importance of thorough inspections and ongoing maintenance, including seasonal tasks like snow removal and litter cleanup from outdoor areas. The document serves as a procedural guide to ensure consistent application of cleaning protocols, thereby promoting a safe and healthy working environment. This adherence to cleaning standards is likely in support of government regulations and health guidelines relevant to federal facilities, enhancing operational efficiency and employee welfare. Overall, it provides structured expectations for housekeeping duties essential to facility management and compliance obligations within federal contracts.
    The document contains detailed engineering and architectural plans associated with the Fort Peck Dam and Power Plant, part of the U.S. Army Corps of Engineers' initiatives. It outlines modifications to power transmission systems, engine rooms, and auxiliary facilities, all relevant to maintaining and improving energy infrastructure in Montana's Missouri River Basin. The drawings provide essential specifications such as elevation levels, equipment arrangements, and access points critical for operational efficiency and safety compliance. Key components include the design of generator rooms, switchyards, and flow control mechanisms for the plant, alongside logistical details crucial for construction timelines and adherence to federal and state regulations. The documentation aims to ensure that all engineering work aligns with safety standards, environmental regulations, and industry best practices. Additionally, it supports ongoing modernization efforts for energy generation, underscoring the importance of upgrading aging infrastructure to meet contemporary energy demands. This collective information highlights the document's purpose within federal government RFPs and grants, aimed at fostering improvements to national power infrastructure while ensuring thorough oversight and documentation for funded projects.
    The document outlines a Price Breakout Schedule for janitorial services at various facilities, including Power Plants and associated sites. It details the required frequencies for cleaning services—daily, weekly, monthly, quarterly, and semi-annually—across multiple locations with specified line item numbers (CLINs). Each service description includes a price column that must be filled with accurate cost per cleaning, ensuring all calculations reflect full dollar and cent figures without rounding. The schedule is structured into a Base Year and four Option Years, each containing CLINs for different service frequencies. Key requirements also emphasize that the total pricing for services across all periods must align consistently and that variations in the Price Breakout Schedule and Price Schedule prioritize the latter. Additionally, the document anticipates that snow removal will be necessary for approximately 130 days during winter months, indicating the need for comprehensive and regular maintenance. Overall, this document serves as a formal request for proposals (RFP) related to federal grants for janitorial service contracts, aimed at maintaining cleanliness and safety in government facilities.
    The document consists of detailed floor plans and specifications for the Fort Peck Project, focusing on Power Plant 2, as developed by the US Army Corps of Engineers, Omaha District. The primary purpose is to outline the structural and mechanical elements associated with the plant, including areas like the generator floor, control room, equipment rooms, and various service areas. Key features highlighted include removable slabs, various risers, freight and passenger elevators, lockers, and public spaces. The document's structure includes specific elevations and designations for each section, emphasizing engineering principles such as value engineering and structural integrity. The various sections also incorporate details for elevators, duct shafts, and first aid facilities, ensuring compliance with safety protocols. Overall, the file serves as a technical reference for project execution, setting clear parameters for construction, design updates, and maintenance considerations tied to federal funding requirements. It is essential for aligning with safety standards and operational efficiency during the development of the Fort Peck Project in Montana.
    The Fort Peck Power Plant's Janitorial Services Request for Proposal (RFP), numbered W9128F24Q0059 and concluding on July 31, 2024, outlines the requirements and guidelines for potential contractors. Inquiries addressed in the documentation include details about the current contractor, Deb Davis, who previously held the contract valued at $330,000.00, and confirmation of a scheduled site visit, which requires RSVP by August 13, 2024. Additionally, the size of the facility requiring janitorial services is specified in the Performance Work Statement (PWS) within the solicitation, urging bidders to consult the pertinent documents for more detailed information. This RFP emphasizes the government's commitment to maintaining cleanliness and operational efficiency at the facility while providing potential contractors with essential information for proposal preparation.
    The Fort Peck Power Plant is seeking janitorial services as detailed in the RFQ W9128F24Q0059. Key inquiries from potential bidders have been addressed, confirming that the incumbent contractor is Deb Davis, with a prior contract amount totaling $330,000, which includes base and optional services. Interested parties are advised to note the site visit details found in the solicitation and must RSVP by August 13, 2024. The size of the facility is specified in the Performance Work Statement (PWS) of the solicitation, and it's clarified that this is, indeed, a Request for Quotation (RFQ) rather than a full RFP. Additionally, the government will provide all necessary paper products and soap, as outlined in the relevant sections of the solicitation documentation. This RFQ is aimed at ensuring compliance with cleanliness standards and consistent service delivery at the power plant, reinforcing government procurement processes for service contracts.
    This document outlines the Request for Proposal (RFP) for janitorial services at the Fort Peck Power Plants and associated water control structures. The contract is a non-personnel service requiring the contractor to supply labor, equipment, and materials while maintaining cleanliness and sanitation according to established performance standards. Services include general cleaning tasks such as sweeping, mopping, and snow removal, with specific requirements for each area detailed in the attached drawings. The contract spans one base year with two optional renewal years, emphasizing safety and compliance with the U.S. Army Corps of Engineers’ standards and health regulations. Quality control measures are essential, requiring regular inspections by a designated Contracting Officer Representative (COR), who monitors contractor performance, identifies deficiencies, and oversees routine scheduling of tasks. The contractor must submit quality control plans and ensure the proper disposal of waste, alongside fulfilling background checks for all personnel requiring site access. Overall, this RFP aims to enhance operational efficiency and safety at the facilities while adhering to federal compliance standards.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers concerning the Fort Peck Powerhouse janitorial services in Montana. The primary purpose of this amendment is to announce a second site visit, scheduled for August 16, 2024, at 0900 Mountain Time. Participants must contact Dale Pugh by August 15, 2024, to confirm their attendance. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged, emphasizing the importance of the site visit for potential contractors to assess the relevant conditions before submitting their offers. It clearly instructs that failure to inspect the site cannot be grounds for claims after the award. This amendment reflects the procedural aspects typical in government requests for proposals (RFPs), ensuring transparency and compliance while facilitating thorough preparations for bidders.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Robert S. Kerr Powerhouse Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District Corps of Engineers, is seeking qualified contractors to provide janitorial services at the Robert S. Kerr Powerhouse located in Keota, OK. The procurement encompasses labor, supervision, transportation, equipment, and supplies necessary to perform janitorial services in designated areas of the facility, with a contract term consisting of a base year plus four option years. These services are crucial for maintaining cleanliness and operational efficiency within the powerhouse, which plays a significant role in the region's energy infrastructure. Interested parties can reach out to Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079, or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL or 918-669-7043 for further details.
    Janitorial Services at Hydro Plants
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking qualified small businesses to provide janitorial services at the Sam Rayburn Powerhouse and R.D. Willis Power Plant in Jasper, Texas. The contract entails a firm-fixed price for a duration of 60 months, requiring the contractor to supply all necessary labor, materials, and equipment to execute non-personal janitorial services as outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational efficiency at the facilities, ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, with the solicitation anticipated to be issued around September 9, 2024. Interested parties should contact Gary Rizzolo at gary.s.rizzolo@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further information.
    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.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services for the Repair and Supply Base located in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The contract will encompass a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing across multiple buildings, with government-supplied materials such as paper products and soap. This procurement is crucial for maintaining high standards in facility management and ensuring contractor accountability, with a performance period set from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to the wage determinations established under the Service Contract Act, ensuring compliance with minimum wage standards.
    Williston - Admin and T&E Janitorial
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business contractors for the "Williston Project Admin and T&E Janitorial Cleaning" service in Williston, North Dakota. This procurement involves a fixed-price, performance-based service contract that requires the contractor to provide all necessary labor, supervision, personal protective equipment (PPE), supplies, equipment, and transportation for janitorial services at the Administration and T&E Buildings. The contract is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive working environment for personnel. Interested parties should note that the solicitation is expected to be issued on or about September 6, 2024, with a closing date around September 20, 2024. For inquiries, contact Jacob Thomas at jacob.j.thomas@usace.army.mil, and ensure registration in the System for Award Management (SAM) is completed to access solicitation documents.
    Snow Removal Services MT001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for snow removal services at a designated site in Billings, Montana, under Solicitation Number W911SA25Q3008. The contract requires the provision of all necessary labor, materials, and equipment to ensure safe conditions on roadways, parking lots, loading docks, and sidewalks from November 1, 2024, to October 31, 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency during winter months, emphasizing the importance of timely and effective snow management services. Interested small businesses must submit their quotes by the specified deadline and ensure compliance with all documentation requirements; for inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730 for Landscaping Services. The solicitation package will be available for download on or about September 3, 2024, and interested parties should monitor the website https://sam.gov/ for updates. For further inquiries, Geoffrey Rogers and Erica Collins can be contacted via email at geoffrey.b.rogers@usace.army.mil and erica.m.collins@usace.army.mil, respectively.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    Snow Removal Services MO081 Multi-Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide snow removal services at two locations in Missouri under solicitation W911SA25Q3012. The contract requires the contractor to deliver labor, equipment, and materials for snow and ice removal to ensure safe access to roadways, sidewalks, and parking areas, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years plus a six-month extension. This procurement is crucial for maintaining operational safety during winter conditions at Army Reserve facilities, emphasizing the importance of timely and effective snow removal services. Interested vendors must submit their quotes by September 27, 2024, to Kayla Christian at kayla.j.christian.civ@army.mil, ensuring all required documentation is included to be considered for award.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.