SOLICITATION NOTICE
S -- Lake Mendocino Headquarters and Cultural Center Janitorial
- Notice Date
- 9/30/2025 9:39:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
- ZIP Code
- 94102-3406
- Solicitation Number
- W912P725QA005
- Response Due
- 10/9/2025 10:00:00 AM
- Archive Date
- 10/24/2025
- Point of Contact
- Lisa Ip, Phone: 4155036877, Nairi Freeman, Phone: 4155036574
- E-Mail Address
-
lisa.i.ip@usace.army.mil, nairi.freeman@usace.army.mil
(lisa.i.ip@usace.army.mil, nairi.freeman@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 30 September 2025 Update: Add additional Questions and Answers to the RFI documents. ***************************************************************** 25 September 2025 Update: Add Site Visit Sign-in Sheet, drawing (CVD Project Area Map) provided at the site visit, and add additional Questions and Answers to the RFI documents. ***************************************************************** 23 September 2025 Update: Corrected errors in Attachments 2 (Contractor Experience Form) and 3 (Pricing Schedule) ***************************************************************** Lake Mendocino Headquarters and Pomo Cultural Center Janitorial Services This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the solicitation; quotes are being requested. The solicitation number is W912P725QA005. This requirement is being solicited as Small Business Set-Aside competition. The North American Industry Classification System (NAICS) code is 561720 Janitorial Services, the business size standard is $22 Million, and the Project Service Code is S201 for Custodial, Janitorial Services. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Quote(RFQ) to the responsible quoter whose submission conform to the solicitation. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation cost. Project Description: The U.S. Army Corps of Engineers (USACE), San Francisco District is seeking to contract professional janitorial services for at Lake Mendocino Park Headquarters in the main office building, building #2 and the maintenance office located at 1160 Lake Mendocino Dr., Ukiah, CA 95482 and at the Pomo Cultural Center located in the Pomo Day-Use Area off Marina Dr. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform janitorial services for the Lake Mendocino Headquarters and Pomo Cultural Center buildings as defined in this Performance Work Statement (PWS). The contractor shall make sure that work is accomplished in accordance with the contract and all applicable laws, municipal codes, regulations, and/or written directives issued by the Contracting Officer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. The provisions at 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, 52.212-2 Evaluation-Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services apply to this acquisition. For solicitation provisions and clauses, Performance Work Statement (PWS), and wage determination, please see attachment 1. The offeror must meet the qualification requirement in order to be eligible for award. Experience/Past Performance and Price: Contractor's experience/past performance shall include at least two (2) years of similar janitorial services experience demonstrating the skills, equipment, and personnel required to perform the specified type of services. Beside the past performance data submitted by the Quoter, existing record in CPARS and FAPIIS will also be reviewed. Experience/ Past performance is a pass/fail requirement and will be rated as either technically acceptable or technically unacceptable. Technically acceptable: contractor demonstrate at least two (2) year of similar janitorial services, and no negative past performance rating in the past 3 years in CPARS and FAPIIS. Technical Unacceptable: firm did not demonstrate at least two (2) years of similar janitorial services and/or has a negative performance rating in the past 3 years in CPARS and FAPIIS. In accordance with FAR 12.209, the contracting officer must establish price reasonableness in accordance with 13.106-3, 14.408-2 or subpart 15.4. Award will be made to the responsible offeror whose offer conforms to the requirement of the solicitation and provides the lowest total price, technically acceptable. Offerors shall complete Contractor's Experience Form (Attachment 2) and submit the completed questionnaire with their quote. Quotes received without a completed questionnaire and completed pricing schedule may be considered non-responsive. Line Item Break Down: (See Attachment 3 - Pricing Schedule) PERIOD OF PERFORMANCE: Base Year: 01 November 2025 - 31 October 2026 Option Year One (1): 01 November 2026 - 31 October 2027 Option Year Two (2): 01 November 2027 - 31 October 2028 Option Year Three (3): 01 November 2028 - 31 October 2029 Option Year Four (4): 01 November 2029 - 31 October 2030 Site Visit: An optional site visit is schedule for 25 September 2025 from 11:00am PDT to 12:00pm PDT. Meeting Location: 1160 Lake Mendocino Dr., Ukiah, CA 95482 Point of Contact: Michele Lopez at michele.r.lopez@usace.army.mil or (707) 467-4210 Submission: All interested firms shall submit a Quote in accordance FAR provision 52.212.-1 and shall include the information as stated below. 1. Point of Contact name, email address, and telephone number 2. Cage Code and UEI number .3. Category of Small Business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. 4. Experience: similar janitorial services experience demonstrating the skills, equipment, and personnel required to perform the specified type of services 5. Past Performance Questionnaires (Attachment 4) 6. Active SAM Registration 7. Complete information in FAR Clause 52.212-3 (Part of the solicitation): The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. 8. Quotes a. Quoters SHALL complete and submit the price schedule and include a price for each line item. b. Include a discussion of any assumptions or exceptions upon which your Quote is based. 9. Financial Bank letter (Financial status, Line of Credit, Number of overdrafts the company has had in past year, and the average balance of commercial account. (May be expressed: low 5 figure, or High 6 figures) QUOTE RECEIVED WITHOUT ITEMS 1 THROUGH 8 ABOVE WILL BE DEEMED AS UNRESPONSIVE. NOTES TO INTERESTED VENDORS Please submit all questions by 30 September 2025 to: lisa.i.ip@usace.army.mil and nairi.freeman@usace.army.mil. Please submit your quote to email: lisa.i.ip@usace.army.mil and nairi.freeman@usace.army.mil. Quotes must be received no later than the date and time stated in the solicitation. Quotes received after the deadline are Late, and may not be considered for contract award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/830da92c757b4647a4ddf0faaac2fbe3/view)
- Place of Performance
- Address: Ukiah, CA 95482
- Zip Code: 95482
- Zip Code: 95482
- Record
- SN07608634-F 20251002/250930230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |