DWA Janitorial Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Corps of Engineers, Walla Walla District, is conducting a Sources Sought to identify capable firms for Janitorial Services at the Dworshak Project Office in Ahsahka, Idaho. This is for planning purposes only and is not a solicitation. Responses are due by February 4, 2026.
Scope of Work
The requirement is for year-round janitorial services across seven distinct buildings at the Dworshak Project, including office, visitor, and industrial areas, as well as limited building exteriors and surrounding grounds. Services encompass general cleaning of interiors, high surfaces, environmental surfaces, glass, waste receptacles, building entrances, elevators, restrooms, kitchens, and industrial areas. Floor care includes routine and periodic maintenance for various floor types such as concrete, carpet, terrazzo, vinyl tile, and ceramic tile.
Key facilities requiring service include:
- Powerhouse: Approx. 37,653 sq ft, including offices, control room, kitchenettes, and industrial bays.
- Dam: Approx. 23,799 sq ft, covering public and non-public areas, galleries, and restrooms.
- Visitor Center: Approx. 7,886 sq ft, with public lobbies, restrooms, and employee areas.
- Resource Maintenance Building: Approx. 2,988 sq ft, including offices and lunchroom.
- Service Buildings: Approx. 944 sq ft, for construction offices and guard shack.
- Fishing Access Area: Approx. 4,500 sq ft, primarily for debris pickup and waste management.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S201 - Custodial Janitorial Services
- Response Due: February 4, 2026, 8:00 PM EST
- Published: January 26, 2026, 8:53 PM EST
- Agency: DEPT OF DEFENSE, DEPT OF THE ARMY, US ARMY ENGINEER DISTRICT WALLA WAL
- Place of Performance: Ahsahka, ID 83520, United States
Special Requirements & Performance Standards
Contractors will be required to provide all personnel, equipment, supplies, and services. Performance standards dictate services must meet contract standards by 6:00 a.m. on weekdays, with daily service for Visitor Areas during peak season. A Quality Control Program (QCP) is mandatory, including personnel qualifications, inspection schedules, and training plans. Performance will be evaluated against a Quality Assurance Surveillance Plan (QASP), with Acceptable Quality Levels (AQLs) set at 95% for Visitor Areas and the Powerhouse Control Room, and 85% for all other areas.
Key requirements include:
- Safety: Compliance with EM 385-1-1, site-specific Accident Prevention Plan (APP), and COVID-19 monitoring.
- Security: Adherence to DoD and Army security training (AT Level I, OPSEC), physical access control, background checks, and E-Verify for personnel.
- Supplies: Contractor-provided consumables (toilet tissue, paper towels, soap, etc.) must meet USDA BioPreferred standards, with recycled materials for paper products.
- Deliverables: QCP, APP, E-Verify reports, background check documentation, and training certificates.
Response Instructions
Interested firms should email the following information to Kristin Kreutzer (kristin.n.kreutzer@usace.army.mil):
- Name of firm and point of contact.
- Business size (large or small business) under the relevant NAICS Code.
- Unique Entity Identifier (UEI) from SAM.gov.
Additional Notes
This notice is solely for market research to identify businesses capable of accomplishing the work and to determine potential set-aside opportunities. It does not constitute a commitment by the Government to procure supplies or award a contract.