25 AUGUST 2025 UPDATE: Attached RFI response.
*******************************************************************************************************************************************
21 AUGUST 2025 UPDATE: Posted Site Visit Sign-in Sheet.
*******************************************************************************************************************************************
11 AUGUST 2025 UPDATE: Attached RFI response.
Site visit for potential contractors is scheduled for 20 August 2025. Please meet at Lake Sonoma*s Headquarters (3333 Skagg Springs Road, Geyserville, CA 95441) at 10:00 AM PDT.
*******************************************************************************************************************************************
General Description:
Lake Sonoma 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 W912P725QA004.
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 Lake Sonoma. The contractor shall provide all management, labor, tools, supplies, equipment, fuel, and transportation necessary to maintain custodial services for Lake Sonoma's Headquarters Building and Maintenance Office, Visitor Center and upper level of the Fish Hatchery Building (top floor), Operations Technical Support Office (OTSO), and the Coho Office in a manner that will maintain satisfactory facility conditions which includes a healthy, pest and disease free, thriving, attractive, clean, neat and professional appearance. 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. Please see Attachment 1 for solicitation provisions and clauses.
Performance Work Statement (PWS) (Attachment 2)The offeror must meet the qualification requirement in order to be eligible for award.
Price and Experience:
Contractor shall have at least (2) years of similar janitorial services experience demonstrating the skills, equipment, and personnel required to perform the specified type of services. Experience is a pass fail requirement and will be rated as either technically acceptable or technically unacceptable. 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 3) and submit the completed questionnaire with their quote. Quotes received without a completed questionnaire may be considered non-responsive.
Line Item Break Down: (See Attachment 4 - Pricing Schedule)
PERIOD OF PERFORMANCE:
Base Year: 21 September 2025 - September 20, 2026
Option Year One (1): 21 September 2026 - September 20, 2027
Option Year Two (2): 21 September 2027 - September 20, 2028
Option Year Three (3): 21 September 2028 - September 20, 2029
Option Year Four (4): 21 September 2029 - September 20, 2030
Site Visit: Vendors not familiar with the Lake Sonoma (Warms Spring Dam) Recreational Area are encouraged to contact Supervisory Park Ranger Benjamin White at email: benjamin.c.white@usace.army.mil or Phone: (707) 431-4554 to arrange a site visit.
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: At least (2) years of similar janitorial services experience demonstrating the skills, equipment, and personnel required to perform the specified type of services
5. Past Performance Questionnaires (Attachment 6)
6. SAM Registration
7. Complete information in FAR Clause 52.212-3 (Part of Attachment 1)
8. 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)
9. Quotes
a. Quoters SHALL complete and submit the price schedule and include a price for each line item.
b. The quote should clearly identify direct labor, other costs, travel, materials, and with appropriate markups applied in accordance with the contract terms and conditions. Include a discussion of any assumptions or exceptions upon which your Quote is based.
Please ensure to follow prevailing wage determination, located at sam.gov. A copy of the wage determination is also attached (Attachment 5).
NOTES TO INTERESTED VENDORS:
Please submit all questions by 22 August 2025 to: lisa.i.ip@usace.army.mil and nairi.freeman@usace.army.mil.
Please submit your quote as a PDF attachment 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.
NOTE:
a) In preparation for prospective to submit quote when the RFQ is issued, it is imperative that all prospective Offerors (including their subcontractors) must be registered in the System for Award Management (SAM - www.SAM.gov) and the Procurement Integrated Enterprise Environment (PIEE) website in order to be able to view and download solicitation information, and to submit offers.
b) Solicitation documents are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.
c) Quotes MUST BE submitted electronically through the PIEE website.
d) Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. It is the responsibility of the vendor to specifically acknowledge ALL amendments prior to the solicitation close. The preferred method of acknowledging an amendment is to return a signed copy of the amendment (form SF30) first page as a PDF email attachment with your quote. Failure to acknowledge amendments may result in your offer not being considered for award.
e) See attachments PIEE Solicitation Module Vendor Access Instructions, SOP PIEE Proposal Manager Offeror, and SOP PIEE Posting Offer for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals.