Janitorial Services for Government Facilities located in Klamath Falls, OR
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 Department of the Army, W071 ENDIST SEATTLE, is soliciting quotes for Janitorial Services at Government Facilities located in Klamath Falls, Oregon. This is a Total Small Business Set-Aside opportunity. The Request for Quotes (RFQ) was amended on January 28, 2026, and further clarifications were provided on February 13, 2026. Responses are due by February 23, 2026, at 22:00 UTC.
Scope of Work
This opportunity covers comprehensive janitorial services for a facility totaling 2,418 sq ft (2,312 sq ft carpet, 106 sq ft vinyl/tile), including two restrooms. Services include general area cleaning twice weekly, quarterly tasks, and semi-annual tasks. Specific requirements include strip-and-wax for hard-surfaced floors and cleaning ground-level exterior windows. Routine cleaning is not required on federal holidays, with missed services to be rescheduled. After-hours cleaning is strictly prohibited per the Performance Work Statement (PWS) paragraph 1.6.3.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotes)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S201 - Custodial Janitorial Services
- Response Due: February 23, 2026, 22:00 UTC
- Published Date: February 13, 2026
- Incumbent Contractor: Colahan Services LLC (Contract W912DW20P0026) with a previous contract value of $33,368.00.
Key Clarifications & Requirements
- Site Visits: No site visits are scheduled, and contractors are discouraged from visiting the site.
- Supply Storage: On-site, dedicated, and securable space for janitorial staff will be provided and addressed in an upcoming amendment.
- Staffing: Contractors are responsible for determining appropriate staffing levels.
- Hours of Operation: Business is to be conducted between 0900-1200, Monday-Friday, excluding Federal holidays.
- Bonds: Bid or performance bonds are not required.
- Pricing: Option year prices must be fully loaded. Historical usage data for consumables is not available.
- Upcoming Amendments: An amendment will add the Pricing Schedule and current Wage Determination to the solicitation.
Submission & Contact Information
Access the RFQ via the "PIEE Solicitation Module Link for W912DW26QA011" on SAM.gov. For PIEE access issues, refer to combined synopsis/solicitation paragraph 15. Description, subparagraph xv, or contact disa.global.servicedesk.mbx.eb-ticket-requests@mail.mil or 866-618-5988.
Primary Contact: Dwain Graham (dwain.m.graham@usace.army.mil, 360-927-5847) Secondary Contact: Renee Krahenbuhl (renee.m.krahenbuhl@usace.army.mil)