DC Armory Janitorial Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Dec 03, 2024 12:09 pm EST
- Original Published Date: Nov 25, 2024 08:46 am EST
- Updated Date Offers Due: Dec 09, 2024 10:00 am EST
- Original Date Offers Due: Dec 09, 2024 10:00 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 24, 2024
- Original Inactive Date: Dec 24, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
- NAICS Code:
- 561720 - Janitorial Services
- Place of Performance: Washington , DC 20003USA
Description
RFQ amended to add provision 52.223-1 and clause 52.223-2. See attached amendment for details.
Q&A Set One as of 27NOV2024:
Q1. Will the Government be willing to schedule a site visit?
A1. Yes, due to multiple requests, the Government will host a site visit on 04DEC2024 at 10:00 AM EST. Location will be the DC Amory, 2001 East Capital Street SE, Washington, DC 20003. Interested vendors shall provide attendee names to the Contracting Officer via email no later than 5:00 PM, 02DEC2024. Names will be submitted to security personnel to authorize entry. Arrive at least 30 minutes early to allow extra time for security checks.
Q2. For this requirement, does an incumbent exist, and what is the total value?
A2. No, the Government does not currently have an armory cleaning contract.
Q3. Could you provide a detailed schedule for how often each specific cleaning task (e.g., mopping, dusting, trash removal) should be performed within the specified service hours?
A3. Frequency of cleaning shall be determined by the Contractor in order to ensure that the requirements are met per Sections 5.0 to 5.17 of the PWS.
Q4. Are there any additional cleaning standards or protocols that we need to adhere to beyond those mentioned in the Performance Work Statement (PWS)?
A4. Cleaning standards and/or protocols will be in accordance with best commercial practices for janitorial cleaning services.
Q5. Are there any additional security protocols or access restrictions that we need to be aware of?
A5. No, there aren’t any additional security protocols or access restrictions outside of what’s identified in the PWS.
Q6. Are there any specific brands or types of cleaning supplies and equipment that are preferred or required?
A6. The Government does not have a preference for cleaning supplies as long as the requirements in the PWS are met and are in accordance with best commercial practices, but see PWS Section 5.14.
Q7. Are there any specific waste disposal requirements or protocols that we need to follow?
A7. Waste disposal shall be in accordance with industry, local, state, and federal government standards.
Q8. What are the emergency procedures in case of an incident during the service hours?
A8. The CTR will notify the COR and KO immediately of an emergency in addition to PSD (the DC Armory Security Team) and local emergency services, as applicable.
Q9. Can you provide clarification on the reason for the limited period of performance on this solicitation?
A9. This requirement results from additional personnel working within the armory during the period of performance. Contracted support is necessary to accommodate increased use of facilities that fall under the scope of the PWS.
____________________________________________________________________________________
The Contractor shall provide janitorial services. All work shall be accomplished in accordance with the best commercial practices for janitorial cleaning services. The contractor shall furnish all management, labor, transportation, janitorial supplies, and equipment in accordance with the terms and conditions of this Performance Work Statement (PWS). This includes all janitorial cleaning and all other tasks and responsibilities deemed necessary and spelled out in this PWS.
The Period of Performance shall be from 15 Jan 2025 – 23 Jan 2025. The Contractor shall provide janitorial services at the District of Columbia Armory, located at 2001 East Capital Street SE, Washington, DC 20003. The Contractor shall provide daily janitorial services for the 75,850 square feet drill floor and four (4) adjacent bathrooms to the drill floor between the hours of 5:00 PM to 7:30 AM Monday thru Friday and 12:00 AM to 11:59 PM Saturday thru Sunday.
Attachments/Links
Contact Information
Contracting Office Address
- 189 POREMBA CT SW BLDG 350
- JOINT BASE ANACOSTIA , DC 20373-5115
- USA
Primary Point of Contact
- MAJ Darrin Weaver
- darrin.j.weaver.mil@army.mil
Secondary Point of Contact
- MSG Terrell Moore
- terrell.a.moore.mil@army.mil
History
- Dec 26, 2024 12:00 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 05, 2024 01:27 pm ESTCombined Synopsis/Solicitation (Updated)
- Dec 03, 2024 12:09 pm ESTCombined Synopsis/Solicitation (Updated)
- Nov 27, 2024 11:26 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 25, 2024 08:46 am ESTCombined Synopsis/Solicitation (Original)