Search Contract Opportunities

Custodial Services - Brookville (PA011), Clearfield (PA017), and Saint Marys (PA087), PA   2

ID: W15QKN26QA0608 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

Posted: April 21, 2026, 12:04 p.m. EDT

***THIS REQUIREMENT IS A 100% SMALL BUSINESS SET ASIDE IN ACCORDANCE WITH
FAR 19.502-2***

THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS IN ACCORDANCE WITH
FAR CLAUSE 52.232-18

1. The purpose of this solicitation is for the procurement of Custodial Services at the Brookville Memorial United States Army Reserve Command (USARC), located at 20 Spruce Street, Brookville, PA 15825; PFC Melvin L. Brown USARC/BMA 106, 6400 Clearfield Woodland Highway, Clearfield, PA 16830; and the Elks County Memorial USARC, located at 500 North Saint Marys Road, Saint Marys, PA 15857, in support of the 99th Readiness Division (99th RD).

2. The Government intends to solicit and award a Firm Fixed Price (FFP) contract. The period of performance for this effort shall be one (1) 12-month Base Period and four (4) 12-month Option Periods.

3. See Federal Acquisition Regulation (FAR) 52.212-1 "Instructions To Offerors", FAR 52.212-1 "Addendum For Instructions To Offerors", FAR 52.212-2 "Addendum For Evaluation Criteria" and FAR 52.212-4 "Addendum for Contract Terms And Conditions - Commercial Products and Commercial Services.

4. A primary site visit will be available on MONDAY, 13 APRIL 2026 from 10:00AM EDT to 1:00PM EDT with an alternate site visit scheduled for THURSDAY, 16 APRIL 2026 from 10:00AM EDT to 1:00PM EDT. All requests shall be submitted via email to the Alternate Facilities Operations Specialist (AFOS), Mr. Tim Peters, timothy.s.peters3.ctr@army.mil, Regional Facility Operations Specialist (RFOS), Mr. Randy Baker, randy.a.baker.civ@army.mil, the Contract Specialist, Mitchell Douglas at Mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil. Visitors must have a valid driver's license or state issued identification. In no way shall failure to inspect the site constitute a grounds for claim after award.

5. Questions regarding the solicitation shall be submitted via email no later than 12:00PM EST, MONDAY, 20 APRIL 2026 to the Contract Specialist, Mitchell Douglas at mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil .

6. All work shall be performed in accordance with Attachment 0001 - Performance Work Statement.

7. All offers shall remain valid for 120 calendar days.

8. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. Steps to register can be found at https://www.SAM.gov.

9. COMPLETING A QUOTE FOR SUBMITTAL:
a. Quotes are due no later than the date and time listed in the Standard Form (SF) 1449, Block 8, and shall be submitted via email to the Contract Specialist, Mitchell Douglas at mitchell.e.douglas. civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be posted on the SAM website (https://www.SAM.gov/).
b. CAGE Code, Unique Entity Identified (UEI), Federal Tax Identification Number (TIN), and any small business preference or socioeconomic concern (such as 8(a) certified, HUBZone certified, Women-Owned Small Business/Economically Disadvantaged Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business) under the applicable NAICS code, see block SF1449, Block 10.
c. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF1449 Continuation Sheets of the solicitation. Offerors are required to complete blocks 12, 17, and 30. Offerors are required to submit a signed SF1449 (Blocks 30a through 30c). In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation.
d. Provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. The offeror shall identify those individuals authorized to negotiate with the Government.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
f. The Contractor shall submit with its offer, the Prime Contractor's valid Certificate of Insurance in accordance with the requirements and applicable insurance amounts set forth within the solicitation at FAR 52.228-5, Insurance - Work on a Government Installation," and "Insurance Requirements" listed below.
g. The offeror shall complete all "fill-ins" in provisions and clauses that apply to the response to this solicitation.
h. Failure to provide any applicable information required by this solicitation may result in the offeror being deemed non-responsive and ineligible for award.

10. ATTACHMENTS:
- Attachment 0001: CUSTODIAL SERVICES PWS
- Attachment 0002: PA011 CUSTODIAL MAP (March 2026)
- Attachment 0003: PA017 CUSTODIAL MAP (March 2026)
- Attachment 0004: PA087 CUSTODIAL MAP (March 2026)
- Attachment 0005: SCA Wage Determination 2015-4249, Rev. No. 32 (d. 12.03.2025)

__________AMENDMENT 0001__________

The purpose of Amendment 0001 is to answer questions submitted by industry during the solicitation phase. See Attached Amendment 0001 for further details.

Posted: April 6, 2026, 8:21 a.m. EDT
Background
The purpose of this solicitation is for the procurement of Custodial Services at the Brookville Memorial United States Army Reserve Command (USARC), located at 20 Spruce Street, Brookville, PA 15825; PFC Melvin L. Brown USARC/BMA 106, 6400 Clearfield Woodland Highway, Clearfield, PA 16830; and the Elks County Memorial USARC, located at 500 North Saint Marys Road, Saint Marys, PA 15857.

This contract supports the mission of the 99th Readiness Division (99th RD). The Government intends to solicit and award a Firm Fixed Price (FFP) contract.

Work Details
The contractor shall furnish all plant, labor, materials, equipment, supervision, and transportation necessary to perform custodial services in strict accordance with the Performance Work Statement (PWS). Pricing shall be inclusive of all fuel surcharges and any other fees or surcharges that may be associated with custodial services.

Specific tasks include:
- Weekly Custodial Services for each facility for a duration of 12 months;
- Monthly Custodial Services for each facility for a duration of 12 months;
- Annual Custodial Services for each facility.

The facilities involved are: Brookville Memorial USARC (Facility PA011), PFC Melvin L. Brown USARC (Facility PA017), and Elks County Memorial USARC (Facility PA087).

Period of Performance
The period of performance includes one (1) 12-month Base Period and four (4) 12-month Option Periods.

Place of Performance
Custodial services will be performed at three locations: Brookville Memorial USARC at 20 Spruce Street, Brookville, PA 15825; PFC Melvin L. Brown USARC/BMA 106 at 6400 Clearfield Woodland Highway, Clearfield, PA 16830; and Elks County Memorial USARC at 500 North Saint Marys Road, Saint Marys, PA 15857.

Overview

Response Deadline
April 27, 2026, 12:00 p.m. EDT Past Due
Posted
April 6, 2026, 8:21 a.m. EDT (updated: April 21, 2026, 12:04 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Brookville, PA 15825 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$350,000 - $600,000 (AI estimate)
Signs of Shaping
63% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/6/26 ACC Picatinny issued Solicitation W15QKN26QA0608 for Custodial Services - Brookville (PA011), Clearfield (PA017), and Saint Marys (PA087), PA due 4/27/26. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
Mitchell E Douglas   Profile
Phone
None

Secondary Contact

Name
Jasmyne Peterson, Contracting Officer   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Alternate Facilities Operations Specialist Tim Peters Profile timothy.s.peters3.ctr@army.mil None

Documents

Posted documents for Solicitation W15QKN26QA0608

Opportunity Assistant


AI Analysis

AI Generate

Opportunity Lifecycle

Procurement notices related to Solicitation W15QKN26QA0608

Incumbent or Similar Awards

Contracts Similar to Solicitation W15QKN26QA0608

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W15QKN26QA0608

Similar Active Opportunities

Open contract opportunities similar to Solicitation W15QKN26QA0608

Experts for Custodial Services - Brookville (PA011), Clearfield (PA017), and Saint Marys (PA087), PA

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
April 21, 2026
Last Updated By
mitchell.e.douglas.civ@mail.mil
Archive Date
May 12, 2026