John Martin Dam Janitorial Service - AMENDMENT 0002
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, USACE Albuquerque District, is soliciting proposals for Janitorial Services at the John Martin Reservoir in Hasty, CO. This is a Total Small Business Set-Aside for a Firm Fixed Price contract to provide non-personal janitorial services for the Administrative Building and Group Shelter. Offers are due by March 18, 2026.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for daily, weekly, monthly, and bi-annual cleaning tasks. Services include sweeping, mopping, dusting, vacuuming, trash removal, window cleaning, and surface sanitization in offices, restrooms, kitchens, hallways, and exterior areas. Work is to be performed between 4:00 p.m. and 10:00 p.m. on specified days, excluding federal holidays. Compliance with EM 385-1-1 (USACE Safety Manual) and OSHA standards, along with the use of EPA and USDA designated cleaning supplies, is required. A Quality Control Program (QCP) must be developed and maintained.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A Base Year (Date of Award through March 31, 2027) plus four (4) Option Years, extending through March 31, 2031.
- NAICS Code: 561720 (Custodial Janitorial Services)
- Size Standard: $22,000,000.00
Key Amendments
- Amendment 0001 introduced separate Contract Line Item Numbers (CLINs) and allows for separate annual pricing for the Administrative Building and the Group Shelter. It also modified the Period of Performance for various CLINs and updated the Performance Work Statement (PWS) regarding debriefing requirements.
- Amendment 0002 further clarified that monthly debriefings with the Contracting Officer Representative (COR) will be conducted "in-person."
Submission & Evaluation
- Offer Due Date: March 18, 2026, 05:00 PM Local Time.
- Submission Method: Offers must be emailed to MAJ Matthew Nulk at matthew.nulk@usace.army.mil.
- Required Documents: Offerors must fill out pricing on pages 4 & 5 of the SF 1449 and submit signed SF30s for both Amendment 0001 and Amendment 0002. UEI Number, Federal Tax ID Number, and CAGE Code are also required.
- Evaluation: Award will be based on a fair and reasonable price from a responsible, qualified small business offeror.
- Site Visit: A site visit is scheduled for March 05, 2026, at 1000 local time at the John Martin Reservoir USACE Project Office. RSVP to Bo Sexson at bo.m.sexson@usace.army.mil or 719-336-3476.
Eligibility
This acquisition is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM.gov) prior to award.
Contact Information
- Primary Contact: MAJ Matthew Nulk (matthew.nulk@usace.army.mil, 505-342-3449)
- Site Visit RSVP: Bo Sexson (bo.m.sexson@usace.army.mil, 719-336-3476)