Skip to main content

An official website of the United States government

You have 2 new alerts

M--Labor Services and Warehouse Operations for Washington D.C. and Hyattsville, MD

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Apr 16, 2025 02:57 pm EDT
  • Original Response Date: May 01, 2025 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 01, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: M1JZ - OPERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    US Environmental Protection Agency Washington , DC 20460
    USA

Description

The United States Environmental Protection Agency (EPA), Headquarters Facilities in the Washington D.C., metropolitan area has a requirement for labor support services and warehouse operations. The Government anticipates the award of a Firm Fixed Priced type contract (with cost reimbursement contract line items) with a twelve-month base period and four (4) twelve-month option periods. The purpose is to provide management oversight for the labor services and warehouse operation support utilizing effective and efficient management of staff resources based upon anticipated requirements, work schedules, and facilities restrictions. The services to be performed are: (1) Labor Support Services at Federal Triangle Complex and (2) Warehouse Operations at the EPA warehouse located in Hyattsville, MD. The successful contractor of any resultant contract will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the attached Draft Performance Work Statement (PWS). An organized site visit has been scheduled for 9:00 am (ES), Wednesday, April 23, 2025 meeting at Federal Triangle Complex, and then EPA Warehouse. Potential offerors are urged and expected to inspect both sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect contract performance, to the extent that the information is reasonably obtainable. To attend the site visit, potential offerors must register in writing through the Contract Specialist, Paul Buechlein (Buechlein.paul@epa.gov) no later than 10:00 am (ES), Tuesday, April 22 , 2025. Requests to attend the site visit after this date and time may not be honored. No more than three (3) attendees from each potential offeror are authorized. Since these site visits will be conducted on a Federal Facility, all attendees must be US citizens. The request to attend must include the full name of each attendee and potential offeror they each represent. All attendees must be able to provide a government issued photo ID upon arrival. This acquisition is being conducted as a competitive Women Owned Small Business set-aside in accordance with FAR Subpart 19.8. The North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services) with a size standard of $47 Million. The point of contact is Contract Specialist, Paul Buechlein (Buechlein.paul@epa.gov). The response date for the synopsis is May 1, 2025. It is anticipated the solicitation will be posted on FBO and the www.FedConnect.net website on or about May 1, 2025. No hard copies will be available. The point of contact is Contract Specialist, Paul Buechlein Buechlein.paul@epa.gov). Please submit all questions in writing to the Contracting Officer.
The solicitation 68HERC25R0141 will be available for downloading at FedConnect® located at the following internet address: www.fedconnect.net/. Questions relating to the solicitation are required to be submitted electronically through FedConnect®. ONLY those questions posted through FedConnect® will be accepted. All responses to questions will be released on FedConnect®. At this Internet site you will be able to register with FedConnect®, enabling you to download the solicitation once released, join the mailing list, and to submit questions. If you need technical assistance in registering or for any other FedConnect® function, call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net.
Contractor registration in the Government’s System for Award Management (SAM) is required to be eligible for contract award. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov. Once issued, solicitation documents will be available electronically for download at https://www.fedconnect.net. Hard copies of the solicitation package will not be distributed. Electronic copies of responses will be required and must be submitted via FedConnect®
(https://www.fedconnect.net).

Contact Information

Contracting Office Address

  • 26 WEST MARTIN LUTHER KING DRIVE
  • CINCINNATI , OH 45268
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 16, 2025 02:57 pm EDTPresolicitation (Original)