INTRODUCTION
The United States Property and Fiscal Office for California (USPFO-CA) is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide custodial services (routine, twice-monthly and incidental) STARBASE LOS ALAMITOS, 11525 Freedom Way bldgs. 262 & 263. Los Alamitos, CA 90720. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to these sources sought notice/market research, this requirement may be set- aside for Woman Owned Small Businesses (WOSB)(in full or in part) or procured through full and open competition. All WOSB set- aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
This is a non-personal service contract to provide custodial services to the STARBASE LOS ALAMITOS, 11525 Freedom Way Bldgs. 262 & 263. Los Alamitos, CA 90720
The contractor shall be able to supply all personnel, equipment, supplies, facilities, transportation, materials, supervision, and other items and/or services necessary to perform all custodial service tasks in the frequencies described within the Performance Work Statement and Technical Exhibits.
REQUIRED CAPABILITIES
The Government requires custodial services to maintain the condition and cleanliness of all covered facilities and uphold a standard of professional appearance. Facilities are located at STARBASE LOS ALAMITOS, 11525 Freedom Way Bldgs. 262 & 263. Los Alamitos, CA 90720.
Custodial services include scheduled routine cleaning and unscheduled service cleaning for all covered facilities in accordance with the Performance Work Statement (PWS). Cleaning services include, but are not limited to, hard and carpeted floor cleaning, dusting, trash removal, restroom and locker room cleaning and disinfecting, stocking/restocking of supplies of dispensers, and glass cleaning.
The contractor shall be able to supply all personnel, equipment, supplies, facilities, transportation, materials, supervision, and other items and/or services necessary to perform all custodial service tasks in the frequencies described within the Performance Work Statement and Technical Exhibits.
The contractor shall procure and provide “Bio-Preferred” materials and supplies to meet the mandatory purchasing requirements defined in the Agriculture Improvement Act of 2018; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; and FAR Subpart 23.4, Use of Recovered Materials and Biobased Products.
Products used to clean carpets shall be a pre-spray, in-tank, or spotter, approved by The Carpet and Rug Institute’s Seal of Approval – Solution (https://www.carpet-rug.org).
The Contractor shall adhere to Industry best practices and comply with local regulatory requirements.
ELIGIBILITY
The applicable NAICS code for this requirement is 561720 (Janitorial Services) with a Small Business Size Standard of $22,000,000 ($22 Million). The Product Service Code (PSC) is S201 (Housekeeping – Custodial Services).
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than 10 pages long) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the potential RFQ will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contracting Officer, Thomas Lamont in either Microsoft Word or Portable Document Format (PDF), via email at thomas.r.lamont3.civ@army.mil no later than 10:00 a.m. Pacific Standard Time (PST) on 22 August 2025 and reference this Sources Sought number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) CAGE, UEI, Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
All data received in response to this Sources Sought that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government.