SOURCES SOUGHT: S–New Melones Lake Janitorial Services, Sonora CA

The Bureau of Reclamation is seeking interested vendors to provide janitorial services at New Melones Lake. The work will consist of cleaning and servicing public restrooms and fish cleaning facilities.

The work will be performed at the Tuttletown and Glory Hole Recreational Areas, Natural Bridges Trail area, and the Visitor Center Restroom located near the New Melones Park Office located off Highway 49, Sonora, California.

A draft of the Performance Work Statement and Maps are attached to this notice. When responding to this Sources Sought notice, vendors should provide their SAM UEID number and describe their experience providing these services and or submit a capability statement to include: (1) Firm¿s name, address, telephone number, business size and type (8(a), HUBZone, Service-Disabled Veteran, Woman Owned, Small Business or Large Business, etc.) (2) Point of Contact name, position, email address, and direct phone number.

Solicitation number 140R2023Q0006 has been assigned and should be referenced on all correspondence regarding this announcement. Please send your responses by email to sheibeck@usbr.gov before 3:00 P.M. Pacific Time on November 03, 2022

Please note this is NOT a solicitation or request for quote. A formal solicitation will be posted at a later date.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Bureau of Reclamation Sonora , CA 95370-8869 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Floor Cleaning

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is NOT a solicitation, but market research to determine potential sources to support this requirement for Floor Cleaning services in accordance with Attachment 1 – PWS and Attachment 2 – Floor Plan.

This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the SAM.gov website for additional information pertaining to this sources sought.

RESPONSE INFORMATION:

Responses to this Sources Sought Notice must be received no later than 9:00 AM CST, on 3 October 2022.

Responses should be emailed to: edward.lerma@us.af.mil. It is the responsibility of the respondent to ensure their email has been received by contacting Edward Lerma via email PRIOR to the deadline. Responses and/or inquiries WILL NOT be accepted past the deadline.

Interested parties are requested to complete and submit the RFI document prior to the deadline.

  • Original Set Aside:Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: JBSA Lackland , TX 78236 USA

Full details via beta.sam.gov

SOURCES SOUGHT: S–Janitorial Services for SSIS

Source Sought Notice
The Department of the Interior (DOI), Bureau of Indian Affairs (BIA), Division of Acquisitions is issuing a Sources Sought Notice announcement to seek potential Indian Small Business Economic Enterprises (ISBEE) sources; Indian Economic Enterprises (IEE); Small Business (SB) and Large Businesses who would be interested in providing Janitorial Services for BIE – St. Stephens Indian School in St. Stephens, Wyoming.

This notice is to identify potential Indian Small Business Economic Enterprises (ISBEE) sources; Indian Economic Enterprises (IEE); Small Business (SB) and Large Businesses sources that fall into the following available categories. The North American Industry Classification (NAICS) code is 561320 the small business size standard $30.00.

No reimbursement will be made for any cost associated with this Source Sought announcement. Any information submitted by respondents to this notice is strictly voluntary. It is requested that only those that meet the definition of these categories submit a response to this notice. Send your capabilities statement to include your UEI #, description of your specialties, contact information (business name, contact person, phone number and email address), bonding capabilities.

The contract scope of work consists of the following discipline of the Bureau of Indian Education (BIE) is seeking a contract for a Janitorial Services to clean the two school buildings and one modular building to support the St. Stephen¿s Indian School (SSIS) in Saint Stephens, Wyoming, until these job positions can be filled by applicants. The SSIS is operated by the BIE under the direction of the Associate Deputy Director, Bureau Operated Schools (ADD-BOS) and the Pine Ridge Education Resource Center. The mission of the BIE is to provide quality education opportunities from early childhood through life in accordance with a tribe¿s needs for cultural and economic well-being, in keeping with the wide diversity of Indian tribes and Alaska Native villages as distinct cultural and governmental entities. Further, the BIE is to manifest consideration of the whole person by taking into account the spiritual, mental, physical, and cultural aspects of the individual within his or her family and tribal or village context.

SSIS is a K¿12 school servicing the educational needs of the St. Stephens community. SSIS is a day-school located 10 miles south of Riverton, Wyoming in Saint Stephens, Wyoming. The school serves approximately 250 Native American students. Students are mostly from the Northern Arapahoe and Eastern Shoshone Tribes; however, there are students from other federally recognized Tribes. 100% of the student population is Native American.

Interest parties are requested to provide their UEI number for verification of inclusion in the System for Award Management (SAM). Any interest and qualified sources are requested to provide a brief capabilities statement and letter of interest to Mary Jane Johnson vie email maryjane.johnson@bie.edu. To be considered in the research, please provide the information above no later than 12:00 P.M. on Monday, September 12, 2022, Mountain Daylight Time (MDT).

  • Original Set Aside:
  • Product Service Code: S214 – HOUSEKEEPING- CARPET LAYING/CLEANING
  • NAICS Code: 561320 – Temporary Help Services
  • Place of Performance:

Full details via beta.sam.gov

ACE Maintenance & Services Inc. awarded $90M contract for janitorial services at Naval Support Activity Bethesda, Maryland

ACE Maintenance & Services Inc.,* Austin, Texas, is awarded a maximum value of $90,175,044 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials, and equipment required to perform base janitorial services. Future task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Army); Navy working capital funds; and Defense Health Program funds. Work will be performed in Bethesda, Maryland, and is expected to be completed by March 2026. Fiscal 2021 operation and maintenance (Navy); fiscal 2021 operation and maintenance (Army); Navy working capital funds; and fiscal 2021 Defense Health Program funds in the amount of $17,855,592 will be obligated under the initial task order at the time of award and will expire at the end of the current fiscal year. Work under the initial task order is expected to be completed by February 2022. This contract was competitively procured via the Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-21-D-0004).

Ace Maintenance & Services Inc was founded in 1991. The company’s line of business includes providing various business services. (www.bloomberg.com)

 

Sources Sought: Janitorial Services: Hood Cleaning Canteen Marion Campus

VA Northern Indiana Health Care System (VA NIHCS) Marion Campus, has a requirement for Kitchen Hood Cleaning Service. This procurement has been set-aside 100% for award to Small Business concerns. Offers from other than SB concerns will not be considered and shall be rejected. The anticipated award date is January 1, 2021, for a base period of one (1) year plus four (4) option years to be exercised at the discretion of the Government.

  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: USA
  • Updated Date Offers Due: Dec 11, 2020, 02:00 pm EST

Full details via beta.sam.gov


govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought for Janitorial Services for (Central Arkansas Veterans Healthcare Systems) CAVHS facilities.

Offeror’s capability to meet this requirement including any current contracts with more than 2 years of Period of Performance (Civilian or Government) to include meeting the below-listed accreditations or similar standards, facility description, capabilities, and certifications. Responses must show clear and convincing evidence that your company and its employees have the capabilities, training, and qualifications to provide this service to be considered as a source.

  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Eugene Towbin Veterans Hospital 2200 Ft Roots Drive, North Little Rock, AR 72114, 72114
  • Original Response Date: Nov 30, 2020 02:00 pm CST

Full details via beta.sam.gov


govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought : Janitorial Services + Cleaning Technicians

The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the janitorial services and cleaning technicians described below.

The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives, and performance specifications.

  • Product Service Code: S299 – HOUSEKEEPING- OTHER
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: St. Louis VAMC’s John Cochran & Jefferson Barracks Locations, 63106 USA
  • Original Response Date: Nov 05, 2020 04:30 pm CST

Full details via beta.sam.gov


GovCon Logo Check out our RESOURCES page for a sample letter that we use in response to government market research.