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 U.S. Army Corps of Engineers, Walla Walla District, is conducting a Sources Sought to identify Historically Underutilized Business (HUBZone) firms capable of providing janitorial services for the Dworshak Project Office in Ahsahka, Idaho. This notice is for market research and planning purposes only, not a solicitation. Responses are due by February 6, 2026.
Scope of Work
The requirement is for year-round janitorial services, encompassing cleaning and maintenance of seven separate buildings, including office, visitor, and industrial areas, as well as limited building exteriors and surrounding grounds. The contractor will provide all personnel, equipment, and supplies. A detailed facilities inventory outlines the scope, including:
- Powerhouse: Approximately 37,653 sq ft (offices, control room, industrial areas).
- Dam: Approximately 23,799 sq ft (public and non-public galleries, restrooms).
- Visitor Center: Approximately 7,886 sq ft (lobbies, restrooms, offices).
- Other areas include Service Buildings, Resource Maintenance Building, and a Fishing Access Area, totaling over 77,000 sq ft with various flooring types.
Performance Requirements
Services must meet contract standards by 6:00 a.m. on weekdays, with visitor areas requiring daily service between Memorial Day and Labor Day. The contractor must implement a Quality Control Program (QCP) and adhere to Acceptable Quality Levels (AQLs) of 95% for critical areas (Visitor Areas, Powerhouse Control Room) and 85% for others. Special requirements include compliance with EM 385-1-1 safety standards, environmental regulations, and DoD/Army security training (AT Level I, OPSEC), including background checks and E-Verify for personnel. Contractor-provided supplies must include specific consumables, USDA BioPreferred cleaning chemicals, and recycled paper products.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Response Due: February 6, 2026, by 8:00 PM ET
- Published: January 28, 2026
Response Instructions
Interested HUBZone firms should email the following information to Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil:
- Name of firm and point of contact.
- Business size (large or small business) under NAICS Code S201 (Custodial Janitorial Services).
- Unique Entity Identifier (UEI) from SAM.gov. This is not a solicitation; only respond if you intend to respond to a future solicitation.