Joint Recruiting Facilities Janitorial Services Group 2
ID: W9123624Q5026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Janitorial Services (561720)

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 small businesses to provide janitorial services for Joint Recruiting Facilities in Virginia. The contract requires comprehensive cleaning services to be performed on a schedule determined by facility size, either twice or three times per week, ensuring adherence to quality control standards and environmentally friendly practices. This procurement is vital for maintaining a clean and safe environment for military personnel, with a firm-fixed-price contract anticipated to cover one base year and two option years. Interested contractors must submit their quotes by 2:00 PM EDT on September 9, 2024, and can direct inquiries to Luke Hedlund or Stormie Wicks via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    Each row represents a different location for which the government seeks to procure office spaces, specified in square feet. The objective is to obtain adequate physical spaces for government operations, categorized into the base year and two option years. The quantities and units refer to the required number of months for each location, creating a structured timeline. This information is reinforced by key dates that will be included in the proposals. Technical requirements vary by location, but notable specifications include the precise square footage mentioned alongside the addresses. The government also specifies its desire for long-term leases, emphasizing the need for vendors to offer competitive prices. The scope of work involves vendors providing suitable office space, including utilities and maintenance, and potentially accommodating modifications for each location. Vendors would be responsible for delivering physical spaces that meet the specified square footage requirements and any associated setup needs. The contract details are not explicitly mentioned, but it's indicated that the government prefers a long-term leasing arrangement. Therefore, a firm-fixed-price contract could be anticipated, with the potential for extensions into the option years. The evaluated price encompasses the base year and both option years, providing a comprehensive view of the financial commitment. Evaluation of proposals will likely focus on the price per month for the office spaces, with additional consideration given to the overall responsiveness to the stated requirements and the feasibility of the proposed solutions. Vendors offering competitive pricing and flexible terms will likely have an advantage.
    The document outlines a request for proposals (RFP) for a multi-year service contract involving various locations in Virginia, highlighting the base year and two option years. It details the quantity of service units required per month across several cities, including Charlottesville, Staunton, Harrisonburg, Winchester, Culpeper, and Stafford. Each city has specified square footage and requires consistent service over a yearly period, suggesting the need for a vendor to provide monthly services for the stated facilities. The document includes addresses and square footage for each location while leaving placeholders for pricing information per month and evaluating total costs including the base year and option years. This RFP reflects local government efforts to secure reliable services through competitive bidding, ensuring transparency and fiscal responsibility in managing municipal contracts. The emphasis on detailed logistics indicates a structured approach to procurement aimed at meeting community needs efficiently and effectively.
    The government seeks a contractor for comprehensive janitorial services in US Army Corps of Engineers leased spaces, recruiting offices, and facilities. The primary objective is to maintain these spaces in a clean, sanitized, and aesthetically pleasing condition. This involves a detailed schedule of services, including trash removal, vacuuming, mopping, and disinfecting high-touch surfaces. The contractor must provide labor, materials, and equipment for these tasks, adhering to environmental sustainability practices. The scope of work encompasses regular and emergency cleaning, with a focus on minimizing disruption to government operations. Quality control and assurance procedures are emphasized, including a detailed inspection system and monthly performance evaluation meetings. The contractor is responsible for managing the work, ensuring the adequacy of staff and resources, and visiting the sites regularly. Key requirements include the ability to understand and follow specific cleaning protocols, respond to emergency cleaning situations, and maintain quality standards. The contract is expected to commence on a chosen date, with key dates for various cleaning and inspection tasks outlined within the document. Evaluation criteria center around the quality and timeliness of services, with penalties for poor performance outlined.
    The document outlines the specifications for janitorial services for U.S. Army Corps of Engineers leased facilities. The contractor must provide comprehensive cleaning services based on the frequency determined by facility size—twice or thrice weekly—while strictly adhering to a quality control program and maintaining a presence during cleaning. All work must comply with environmentally friendly practices, utilizing approved cleaning agents and sustainable materials. The standard tasks include waste removal, vacuuming, disinfecting high-touch surfaces, restroom sanitation, and periodic carpet cleaning. Contractors’ performance will be evaluated, with strict penalties for non-compliance and no-shows. Regular inspections and quality evaluations will ensure that cleaning standards are met and corrective action is enforced when discrepancies arise. Security protocols require all staff to possess proper identification and undergo background checks. These requirements showcase the government's commitment to maintaining a clean and safe environment for its personnel, underscoring the importance of accountability and quality in service contracts. This document serves as a critical guide for contractors bidding on federal contracts in the janitorial sector, ensuring compliance with federal standards.
    The procurement objective revolves around acquiring locking mechanisms and storage solutions for various military offices and testing facilities. The focus is on securing spaces such as the Office Army, Office MC, and Office Navy. The requirements specify high-security locks and storage units, with mentions of shelves and cabinets. The scope of work involves installing these locking systems and storage solutions in designated areas, including living quarters and office spaces. Critical dates include an unspecified submission deadline and a timeline mentioning the need for completion within a certain time frame. The exhibit attached provides detailed drawings and dimensions, likely offering further clarification on the specific locations and dimensions of the storage areas. Overall, this procurement seeks to enhance security and organization through robust locking and storage infrastructure.
    The document outlines the specifications for various military office spaces located in Virginia, detailing their square footage, design, and functional components. It includes measurements of multiple facilities, such as the Stafford Market Place (2664 sqft) and Burke Center (3000 sqft), as well as listing the intended usage areas such as offices for Army, Navy, and Marine Corps personnel. Highlighted are typical features like storage areas, testing rooms, and utilities such as sinks and fountains. The document also presents assigned and authorized net square footage for different branches, emphasizing the distribution of space among military personnel. This information is pertinent for federal grants and RFPs aimed at establishing or renovating military office locations, ensuring that the designs adhere to necessary requirements. The detailed layout and specifications are vital for contractors bidding on related projects, reflecting the government’s focus on providing well-equipped and functional spaces for military operations.
    The document outlines the janitorial services required for military facilities, detailing specific tasks to be performed regularly, ranging from daily to quarterly. Key services include trash removal, cleaning and disinfecting restrooms, vacuuming floors, and spot cleaning carpets. Tasks are categorized by frequency, indicating some activities are to be carried out weekly, while others occur monthly, quarterly, or as needed. Contractors are required to document the completion of these tasks on a checklist, which must be submitted at the end of each month. A rating system is established, assessing performance as "Satisfactory," "Marginal," or "Unsatisfactory." The document stresses the importance of cleanliness and hygiene standards, particularly in a military context, and mandates that janitorial staff wear identification badges while on the premises. The structured layout of the document, with sections for service frequency and personnel accountability, reflects a comprehensive approach to maintaining facility cleanliness and supporting health protocols in government operations.
    Amendment 0001 to solicitation W9123624Q5026 outlines key updates related to Joint Recruiting Facilities Janitorial Services. The government clarifies that no site visits or individual meetings will be held for this solicitation, with inquiries directed to specific government emails for formal responses, which will be published publicly. Instructions for submitting quotes emphasize including the solicitation number in the subject line and detailed completion of the Bid Schedule, outlining the required financial computations for each location and total evaluations. Importantly, the deadline for submitting quotes remains unchanged, and bidders must acknowledge all amendments in their submissions. This amendment serves to clarify procedural aspects of the solicitation process, ensuring compliance and understanding among potential bidders.
    Amendment 0002 for the Joint Recruiting Facilities Janitorial Services contract, dated 20 August 2024, updates critical elements of the original solicitation. It replaces previous attachments including the Bid Schedule, Statement of Work, and Floor Plans with revised versions that outline service requirements without HVAC filter replacement. The previous combined solicitation synopsis is also replaced with an updated version. The government has addressed inquiries from bidders regarding contract pricing and the applicability of specific FAR regulations, confirming that they will not provide current pricing estimates and clarifying that the Employment Eligibility Verification requirement is not applicable to this solicitation. Importantly, the due date for quotes remains unchanged, and bidders are instructed to acknowledge all amendments in their submissions. This amendment ensures clarity and accuracy in the contracting process while facilitating competitive bidding.
    The document details Amendment 0003 for the Joint Recruiting Facilities Janitorial Services solicitation (W9123624Q5026) dated 26 August 2024. The amendment replaces the prior Combined Solicitation Synopsis and incorporates responses to bidder inquiries. Key points include a clarification that square footage for different flooring types is not available, hence bidders should estimate as best they can. It also states that proof of insurance is not required at the time of bid submission, leading to the removal of the relevant section in the solicitation. Additionally, the anticipated contract award date is specified as no later than 30 September 2024, although the quote due date remains unchanged. Bidders are instructed to acknowledge all amendments in their submissions. This amendment reflects the government's efforts to clarify requirements and streamline the bidding process for upcoming janitorial services contracts.
    The Norfolk District Army Corps of Engineers seeks quotes for janitorial services at multiple locations, emphasizing a three-year contract with a fixed rate. The solicitation is a 100% small business set-aside, targeting responsible small businesses. Offerors must submit detailed price schedules, past performance references, and insurance details. The evaluation process prioritises technical expertise, past performance, and price, with the most advantageous offer winning the contract. Pre-award surveys are mandatory for finalists without recent comparable project experience. The contract encompasses various cleaning and maintenance tasks, with locations in Charlottesville, Staunton, Harrisonburg, Winchester, Culpeper, and Stafford, Virginia. Quotes are due by September 09, 2024, and the chosen vendor will adhere to stringent requirements regarding payment, performance reporting, and federal regulations.
    The Norfolk District Combined Solicitation Synopsis W9123624Q5026 is an RFQ for janitorial services, structured as a total small business set aside under FAR guidelines. This contract will be a firm-fixed-price agreement, anticipated to include one base year and two option years. The solicitation documents include a bid schedule, statement of work, floor plans, and a janitorial services checklist. Interested small business contractors must submit a completed bid with a technical proposal, including references of past projects similar in scope. The evaluation for contractor selection will consider technical capability, past performance, and pricing. A pre-award survey will be required for contractors lacking a recent successful project history. Wage determinations for multiple locations involved—Charlottesville, Staunton, Winchester, Culpepper, and Stafford—are specified, ensuring compliance with labor laws. Quotes are due by 2:00 PM EDT on September 9, 2024, and must be emailed to the indicated contract specialist. This solicitation reflects the government’s intent to engage small businesses while ensuring fair competition and adherence to federal guidelines and standards.
    The Norfolk District Army Corps of Engineers seeks quotations for janitorial services at multiple locations. The solicitation is a firm-fixed price contract with a base year and two optional years. Offerors must provide detailed pricing schedules and technical information demonstrating their ability to meet the required work standards. The technical evaluation focuses on past similar projects and references. Past performance and price are also evaluating factors. Key dates require quotes to be submitted by 2:00 p.m. on September 09, 2024. The contract's period of performance is anticipated to be three years.
    The document outlines the "Register of Wage Determinations Under the Service Contract Act," detailing minimum wage and fringe benefit requirements for federal contractors effective in 2024. It specifies that contracts entered into or extended after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are covered by Executive Order 13658, with a minimum of $12.90 per hour. The document lists hourly wage rates for various occupations across Maryland, Virginia, and the District of Columbia, as mandated under the Service Contract Act. It also includes employee benefits, such as health and welfare contributions, vacation policies, and holiday pay. Additional provisions cover sick leave, uniform allowances, and the process for classifying unlisted employee classifications through a conformance request. This register is vital for compliance by contractors in the areas specified, enhancing worker protections and equitable wage standards in federal contracting.
    The document outlines the Wage Determination No. 2015-4283, Revision No. 29, provided by the U.S. Department of Labor, which defines minimum wage and benefits for workers under the Service Contract Act performing specific jobs in Virginia. Effective January 30, 2022, contracts require a minimum wage of $17.20 per hour, with lower rates applicable for older contracts. The file lists detailed wages for various occupations, including administrative, automotive, food service, healthcare, maintenance, and technical roles, emphasizing compliance with Executive Orders 14026 and 13658. Fringe benefits mandated include health and welfare allowances, paid vacation, and holidays. Specific procedures for classifying additional jobs not listed are also described, outlining the process contractors must follow to ensure compensation aligns with established standards. This document serves as a crucial reference for federal contracts and grants to ensure fair labor practices within covered service occupations, reflecting the government's commitment to providing workers with equitable compensation and benefits.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, outlining required minimum wage rates and fringe benefits for various occupations in several Virginia counties. The main update indicates that contracts starting or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the applicable wage is $12.90 per hour. The determination lists hourly wage rates for numerous occupational classifications, such as administrative support, automotive services, and healthcare roles, alongside guidelines on benefits such as health and welfare, vacation, and holiday pay. Additionally, provisions for paid sick leave and specific wage differentials for hazardous work are included. The document emphasizes the obligations of contractors regarding employee classification, conformance processes, and compensation compliance, ultimately ensuring that workers are compensated fairly in line with federal regulations. This wage determination serves as a critical reference for federal contractors involved in RFPs, grants, and contracts at various government levels.
    The document is a "Register of Wage Determinations" from the U.S. Department of Labor, specifying wage rates and benefits mandated under the Service Contract Act for federal contracting. It details minimum wage requirements based on contract date, with rates set at $17.20 per hour (Executive Order 14026) for contracts initiated or renewed after January 30, 2022, and $12.90 per hour (Executive Order 13658) for contracts awarded between January 1, 2015, and January 29, 2022. The file outlines specific occupational codes and corresponding wage rates for various job titles within the administrative support, automotive service, food preparation, health occupations, technical occupations, and other sectors. Additionally, it addresses fringe benefits like health care, paid leave obligations under Executive Order 13706, and provisions for uniform maintenance costs. The document serves as a guideline for federal agencies, contractors, and subcontractors, establishing minimum compensation standards to ensure fair pay and benefits for workers engaged in government contracts. Its structure includes a comprehensive list of occupations, detailed wage rates, benefits, and federal requirements, reflecting the government’s commitment to uphold labor standards.
    The document outlines the Wage Determination No. 2015-4343 under the Service Contract Act (SCA), specifically applicable to Virginia counties Frederick and Winchester. It details wage rates for various occupations effective in 2024 and emphasizes compliance with Executive Orders 14026 and 13658, which set minimum wage standards for federal contractors. For contracts entered on or after January 30, 2022, the minimum hourly wage is set at $17.20. Contracts awarded prior to this date and not renewed must continue at $12.90 per hour. The document specifies wage rates across multiple job classifications, with fringe benefits and health/welfare requirements outlined. Benefits include a health & welfare rate, paid vacation, and holiday leave. It also touches on the conformance process for additional classifications and highlights requirements for employee uniforms, potential hazard pay differentials, and sick leave provisions as per Executive Order 13706. Overall, the document serves as a reference for government contracts, ensuring that federal contractors are aware of the minimum wage and benefit obligations under the SCA, reinforcing worker protections, and promoting fair compensation practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for 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 Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    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.
    Building 8500 Carpet Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide carpet cleaning services for Building 8500 at Vandenberg Space Force Base in California. The contractor will be responsible for delivering all necessary labor, materials, equipment, and supervision to complete a one-time carpet cleaning service in accordance with the Performance Work Statement (PWS). This service is crucial for maintaining the cleanliness and upkeep of the facility, ensuring a safe and pleasant environment for personnel. Interested small businesses are encouraged to review the solicitation and its amendments, with inquiries directed to Kristian Martin Perlas at kristianmartin.perlas.2@us.af.mil or by phone at 530-634-9179. The procurement is set aside for small businesses under FAR 19.5, and the deadline for submissions is yet to be specified.
    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.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Fort Stewart Custodial Services
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide comprehensive custodial services for the Fort Stewart Community Schools and the Community Superintendent’s Office in Georgia. The contract will encompass daily cleaning, floor maintenance, lavatory services, cafeteria sanitation, and emergency cleanups, all performed in a manner that does not disrupt educational operations for over 72,000 children within DoDEA's global network. This procurement is critical to maintaining a hygienic and safe environment in educational facilities linked to the Department of Defense, ensuring operational efficiency and compliance with federal standards. Interested parties must register under NAICS code 561720 in the System for Award Management (SAM) and are advised that the solicitation is anticipated to be posted on or about August 29, 2024, with an award date expected around October 23, 2024. For further inquiries, contact Marina Porter at marina.porter@dodea.edu or Tammy D. Lopez at tammy.lopez@dodea.edu.