Joint Recruiting Facilities Janitorial Services Group 5
ID: W9123624Q5030Type: 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 quotations for janitorial services for Joint Recruiting Facilities in Richmond, Virginia, as part of a Combined Synopsis/Solicitation. The contract, set aside for small businesses, requires cleaning services to be performed on either a two or three-day per week schedule, depending on the size of the facilities, during standard business hours, with oversight from designated Military Service Representatives. This procurement is crucial for maintaining cleanliness and hygiene in military recruiting offices, ensuring a professional environment for potential recruits. Interested contractors must submit their bids by 2:00 p.m. EST on September 9, 2024, and can direct inquiries to Michael Stevenson at michael.l.stevenson@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.

    Files
    Title
    Posted
    Each line of this government request for proposal (RFP) corresponds to a different location in the city of Richmond. The procurement objective is to rent office space for government operations, with a base year of requirements and two optional years. The RFP seeks competitive prices for this requirement. The RFP outlines the desired square footage and associated monthly quantities for each location. Potential vendors must provide this space, with the ability to renew for the two optional years. The spaces required range from 700 to 2960 square feet, with corresponding rental prices per month. The contract is anticipated to be a firm-fixed-price agreement, with the total estimated value over all years listed alongside each property's details. Vendors will be evaluated primarily on their ability to provide the required office space at a competitive price, along with additional criteria such as references for previous similar work and financial stability. Key dates include a submission deadline for offers and a projected award date. This information is provided to help vendors prepare their proposals, with further details likely contained in the full RFP document.
    The document outlines a federal request for proposals (RFP) involving various properties in Richmond, Chester, and Mechanicsville, Virginia, detailing quantities and dimensions for a service over a specified timeframe, including a base year and two option years. It lists several locations with specified square footage and quantities of services required monthly over three years. Key locations include a suite on Buford Road in Richmond, a property on Iron Bridge Plaza, and other addresses featuring different square footages. The document appears to address a consolidated need for a service across multiple sites, aimed at evaluating total costs over three years, combining base and option years pricing. The total evaluated price is meant to assess fiscal responsibility and enable informed decision-making for government investments in these properties. This RFP targets potential bidders, detailing expected service deliverables and standardizing evaluation processes to ensure transparency and competitive pricing in public contracting.
    The Norfolk District Combined Solicitation Synopsis seeks janitorial services for US Army Corps of Engineers leased spaces, aiming to maintain a clean and disinfected environment. The focus is on recruiting facilities, offering a comprehensive range of cleaning tasks with specific frequency rates. These include trash removal, vacuuming, mopping, and dusting, to be performed twice or three times weekly. Restroom services, including cleaning and resupply, are also outlined, ensuring sanitation and cleanliness. Periodic deep cleaning, shampooing of carpets, and high dusting are required twice yearly, while emergency cleaning services are available for sudden incidents. The contract emphasizes quality control, with inspection systems and corrective actions in place. Contractors are expected to manage the work efficiently and provide all necessary equipment, ensuring compliance with CDC guidelines for disinfection. The government intends to procure these services through a firm-fixed-price contract, with key dates and further details to be determined.
    The document outlines specifications for janitorial services required by the U.S. Army Corps of Engineers (USACE) for leased spaces, detailing frequency, quality control measures, cleaning standards, and contractor responsibilities. Janitorial services must be provided on either a two or three-day per week schedule, depending on facility size, and are to be conducted during standard business hours, with the Military Service Representative (MSR) present at all times. The contractor is responsible for using environmentally friendly products and employing an extensive checklist system to monitor service quality. Key cleaning tasks include trash removal, vacuuming, restroom sanitation, high-touch surface cleaning, and periodic deep cleaning services such as carpet shampooing. A Quality Control Program must be established to assess performance and remediate deficiencies. Additionally, contractor staff must undergo background checks, and identification is required for personnel working in federal facilities. Performance evaluations by the MSR will determine satisfactory completion, with possible payment deductions for unsatisfactory work. This document serves as a framework for government contracting, ensuring that janitorial services are delivered efficiently and in compliance with federal standards.
    The government seeks to procure construction and renovation services for various military recruiting offices in Virginia. The objectives are to obtain additional office space, improve existing facilities, and upgrade common areas. The focus is on creating functional and aesthetically pleasing environments. Work scopes include renovation, flooring, shelving, and plumbing, with specific dimensions and material requirements. Most spaces require carpeting or tile flooring and include offices, common areas, and restrooms. Several locations also need signage and water fountains. The files also include detailed layouts and dimensions for each site, specifying areas for the Army, Navy, and Air Force. Key dates and project timelines are mentioned, although specific contract details and evaluation criteria are lacking. The primary objective is to enhance recruiting office spaces to better serve the military's needs.
    The government file outlines the spatial requirements and proposed locations for various military recruiting offices in Virginia. Specifically, it details plans for the Navy, Army, Marine Corps, and Air Force Reserve offices, including dimensions, authorized square footage, and specific space allocations for administrative and support functions. Locations mentioned include Tuckernuck Square Shopping Center and Hanover Square North Shopping Center, among others, with total area requirements ranging from 700 to 2,960 square feet for different branches. The document specifies the need for restroom facilities, storage areas, and common spaces, while also adhering to requirements such as ADA compliance, flooring types, and interior design. The purpose of the document is to inform and guide the development, renovation, or construction of these military facilities, placing emphasis on functional design and compliance with governmental standards. This summary reflects the intent to enhance military presence and support recruitment efforts efficiently through properly designed facilities.
    The document outlines janitorial service requirements for military facilities, detailing a comprehensive checklist of cleaning tasks to be performed regularly. The tasks include trash removal, sanitization of restrooms, vacuuming, dusting, and the maintenance of HVAC systems. Specific frequencies for the completion of these services are provided, such as weekly, monthly, quarterly, and yearly schedules. The document emphasizes the importance of maintaining cleanliness to prevent rust and other contaminants. Performance ratings, which categorize the quality of service, are established along with a requirement for contractors to wear identification badges while on duty. Furthermore, a formal process for reporting completed tasks and any quality issues is included, necessitating approval from both military and contractor representatives. This structure supports compliance with government standards and ensures accountability in service delivery, relevant under federal and local RFP regulations.
    Amendment 0003 to the Joint Recruiting Facilities Janitorial Services Group 5 solicitation addresses bidder inquiries and clarifications concerning the tender process. Key responses include the absence of specific square footage measurements for carpeting, non-requirement of brand names for supplies, and the necessity for firms to be registered in the System for Award Management (SAM) when submitting bids. It specifies that proof of insurance does not need to accompany bids but health and safety requirements remain mandatory under relevant federal regulations. The anticipated contract award date is set for no later than September 30, 2024, without any extension to the quote submission deadline. The document retains an authoritative tone and reflects necessary compliance with federal procurement standards, underscoring the importance of proper registration and adherence to stipulated requirements for potential contractors seeking to engage in government contracts.
    The document is an amendment (0002) for the Joint Recruiting Facilities Janitorial Services Group 5, issued on August 23, 2024. It details changes to several attachments related to the bidding process. Specifically, it replaces the Bid Schedule and Statement of Work with updated versions, clarifying that the replacement of HVAC filters is not required. The amendment also updates the floor plans in line with these changes and invalidates the previous Combined Solicitation Synopsis. Two bidder inquiries were addressed: the government will not disclose current estimates or past pricing, and FAR 52.222-54 is deemed inapplicable to this solicitation. The due date for quotes remains unchanged, and bidders are reminded to acknowledge all amendments. This document serves to clarify essential information for potential bidders in the government contracting process, ensuring compliance and transparency in the solicitation process.
    The document is an amendment to the Joint Recruiting Facilities Janitorial Services Group 5 solicitation (W9123624Q5030) detailing changes to the request for quotes (RFQ). The submission due date has been revised from September 6, 2024, to September 9, 2024, with quotes now due by 2:00 p.m. EST on the new date. The amendment also addresses various bidder inquiries, confirming that no site visits or individual meetings will be conducted for this solicitation. All questions must be submitted via email to the designated Contract Specialist and Contracting Officer, who will publicly post responses as amendments. Additionally, the document clarifies how bidders should fill out the bid schedule, specifically detailing the required information for pricing across various locations for both the base and option years. This amendment ensures bidders have clear guidelines and deadlines while maintaining an open communication channel for additional inquiries.
    The Norfolk District Combined Solicitation Synopsis (W9123624Q5030) outlines a Request for Quotations (RFQ) for janitorial services, targeted exclusively toward small businesses. The anticipated award includes a firm fixed-price contract with a period of performance covering one base year and two option years. Vendors are required to provide detailed technical proposals, past performance references, and a completed bid schedule. The evaluation criteria for submissions include technical capabilities, past performance, and pricing, with a preference for the most advantageous proposal for the government. Submissions must adhere to specific documentation and timeline requirements, including a potential pre-award survey for contractors lacking recent relevant experience. Local wage determinations apply, and contractors must maintain various insurance types before contract initiation. The synopsis emphasizes compliance with government regulations, encouraging accurate and complete quote submissions. Overall, this solicitation exemplifies federal procurement processes and the government's commitment to support small business contracting.
    The Norfolk District Combined Solicitation Synopsis (W9123624Q5030) seeks quotations for janitorial services as part of a Request for Quotations (RFQ), exclusively set aside for small businesses, in compliance with relevant Federal Acquisition Regulations. The anticipated award is for one firm fixed-price contract covering one base year plus two optional years. Interested parties must submit a completed bid schedule, any applicable signed amendments, and relevant technical information. Key points include specified locations for service, required supporting documents, and specific deadlines for quotations—set at 2:00 p.m. EST on September 9, 2024. Evaluation criteria focus on technical capabilities, past performance, and pricing fairness, with preference given to contractors presenting their best solutions upfront. Wage determinations relevant to the project are also provided, with particular attention to compliance mandates outlined for contractors. The document emphasizes the importance of a positive pre-award survey for potential contractors lacking recent successful project histories. Questions related to the solicitation must be directed to specified agency officials before the deadline, ensuring clarity and compliance in submissions. This solicitation represents a structured opportunity for small business contractors to engage in federal service provision while adhering to established regulatory frameworks.
    The Norfolk District Army Corps of Engineers seeks quotes for janitorial services at multiple locations in Virginia. The solicitation is a firm-fixed price contract for one base year, with two optional years, offering a combined total of approximately $900,000. The primary procurement objective is to obtain thorough and consistent cleaning services for specified commercial spaces, encompassing duties like dusting, mopping, trash removal, and restroom maintenance. The contract also entails providing cleaning supplies and equipment. Successful bidders will be evaluated based on their technical capabilities, past performance, and price. The technical evaluation focuses on three past projects demonstrating the bidder's ability to manage similar janitorial tasks. Past performance will be assessed using the Contractor Performance Assessment Reporting System (CPARS). Quotes are due by 2:00 p.m. EST on September 6, 2024, with critical submission instructions detailed in the solicitation. Prospective vendors must register in the System for Award Management (SAM) and comply with various federal regulations and representations outlined in the solicitation. Key contact information for government officials involved in the procurement process is provided, fostering efficient communication. Site-specific details regarding the janitorial services requirements, such as square footage and location addresses, are included in the attachments.
    The document serves as the Register of Wage Determinations under the Service Contract Act, detailing wage and benefit requirements for federal contracts in Virginia, applicable from 2024. Contracts covered by the Service Contract Act (SCA) must comply with minimum wage rates set forth by Executive Orders 14026 and 13658, depending on the contract date. The current wage rate for covered workers is established at $17.20 per hour, with specific wages outlined for various occupations, such as administrative support, automotive services, food preparation, and general maintenance. Additionally, fringe benefits, including health and welfare, paid sick leave, vacation, and holidays, are specified. The document also outlines the process for adding unlisted classifications and establishing wage rates through the conformance process, ensuring fair compensation for all workers involved. This summarization highlights the federal government's commitment to upholding labor standards and promoting worker protections in contracts funded by federal grants and RFPs.
    The document provides a comprehensive overview of wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It establishes wage rates and fringe benefits applicable to contractors and subcontractors engaged in federal service contracts. Effective January 30, 2022, contractors must adhere to minimum wage rates set by Executive Orders 14026 ($17.20) and 13658 ($12.90), depending on contract dates. Specific wage rates for various occupations in Virginia's counties are detailed, covering areas from administrative support to skilled trades and health occupations, alongside mandatory benefits such as health and welfare, vacation, and holiday pay. The document also outlines the conformance process for unlisted job classifications, clarifying the requirements for contractor compliance and responsibilities regarding employee compensation. Overall, the purpose of this register is to safeguard workers’ rights by ensuring fair pay and to ensure that contractors fulfill their obligations under federal contracts, particularly in relation to employee wages and benefits.
    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.
    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.
    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.
    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.
    Cleaning and Janitorial Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Cleaning and Janitorial Services at Fort Drum, NY. The services will include various cleaning services on the military base. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA.
    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.
    LAUNDRY AND DRY CLEANING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The contract, set aside for small businesses, aims to provide comprehensive laundering and dry cleaning of government-owned items, including various linens and uniforms, while adhering to environmental and safety regulations. This service is crucial for maintaining the health and sanitation standards required for military operations and supporting service members and their families. Interested vendors must submit their price quotes by October 3, 2024, and ensure compliance with federal procurement guidelines, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Keosha Moss at keosha.j.moss.civ@army.mil or Symone Y. Collins at symone.y.collins.civ@army.mil.