S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
ID: 140FS125Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including weekly cleaning and additional semi-annual and annual tasks, while adhering to environmental standards by using eco-friendly cleaning materials. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at roger_lockhart@fws.gov or by phone at 404-679-7124.

    Point(s) of Contact
    Lockhart, Roger
    (404) 679-7124
    (404) 679-4057
    roger_lockhart@fws.gov
    Files
    Title
    Posted
    The document outlines contract terms and conditions mandated by federal standards that contractors must adhere to when engaging in acquisitions of commercial products and services. It lists specific Federal Acquisition Regulation (FAR) clauses to ensure compliance with various statutes and executive orders, which include prohibitions on certain contracting practices, requirements for accelerated payments to small business subcontractors, and protections for whistleblowers. Furthermore, it specifies clauses related to labor standards, minimum wage, contractor responsibilities, and maintaining ethical business practices. Subsections outline the necessary provisions and the circumstances under which they apply, detailing the compliance expectations for contractors and subcontractors alike. The document aims to improve transparency, promote fair labor practices, and uphold government standards, thereby protecting public interests and ensuring responsible procurement processes in federal contracting activities. By comprehensively addressing compliance issues, it supports government contracting integrity.
    The document outlines the requirements for submitting past experience and references as part of Solicitation No. 140FS125Q0024. Offerors must provide details on up to three relevant contracts, including contract types, values, the agencies they worked for, and a description of duties performed. Additionally, a point of contact with a phone number and email address is required for reference verification. Offerors may duplicate the form as necessary if more space is needed. The completed form must be submitted by the specified deadline to Roger Lockhart at MONTECH, Inc. via email. This solicitation seeks to evaluate the offerors’ prior performance and experience to ensure they possess the necessary qualifications and background to execute the required services effectively. Overall, this document emphasizes the need for comprehensive past performance documentation as a critical component of the selection process in government contracting.
    The Performance Work Statement outlines the requirements for custodial cleaning services at the Kodiak National Wildlife Refuge Visitor Center from FY25 to FY30. The contractor is responsible for all labor, supervision, and cleaning materials necessary for maintaining the facility, which includes both downstairs and upstairs areas with specific square footage details. Cleaning must occur weekly, with additional semi-annual and annual services scheduled throughout the year. The contractor must coordinate with the contracting officer and provide a clear list of personnel undergoing background checks to gain facility access. The document emphasizes environmental responsibility, mandating the use of eco-friendly cleaning materials, and mandates that all work comply with established quality standards. Additionally, it outlines the responsibilities of both the government and contractor regarding equipment supply, damage liability, and storage provisions. Payment for services is structured monthly, contingent on satisfactory completion and invoicing via the Internet Payment Platform. The overall aim is to ensure a clean, sanitary environment while adhering to government regulations and operational standards.
    This document is Amendment 0001 to solicitation number 140FS125Q0024, which updates terms and conditions associated with a federal contract. It emphasizes the need for bidders to acknowledge receipt of this amendment to avoid rejection of their offers. The amendment includes an extended deadline for submitting offers to April 10, 2025, at 1500 EDT, and clarifies that the period of performance spans from January 15, 2025, to January 14, 2030. It also mandates that prime contractors provide information on subcontractors in their submissions. Key changes include the replacement of specific contract terms with new revisions and a warning that failure to comply may result in bids being deemed non-responsive. Overall, this amendment reflects changes in contract regulations and expectations for contractors, while aiming to ensure a fair evaluation process based on performance history.
    The document outlines Amendment 0002 for solicitation 140FS125Q0024, extending the deadline for submitting offers to April 28, 2025, at 1500 ED. It includes an essential update with the revised Performance Work Statement (PWS), which is attached as a six-page document. This amendment modifies the contract to reflect these changes pursuant to FAR regulations and stipulates that contractors must acknowledge receipt of this amendment to avoid rejection of their offers. The specified period of performance for the contract spans from January 15, 2025, to January 14, 2030. Contractors are advised about the acknowledgment process, emphasizing the importance of timely communication regarding this amendment. The amendment serves to clarify terms and ensure compliance within the solicitation process, central to federal procurement practices.
    The document outlines a Request for Quotation (RFQ) for janitorial services at the Kodiak National Wildlife Refuge Visitor Center, emphasizing the provision of essential custodial services over a five-year period. It primarily targets small businesses, reflecting the government's commitment to supporting them through a Total Small Business Set-Aside. The contractor will provide all necessary labor and materials to maintain cleanliness, with detailed performance requirements specified in the Performance Work Statement. Services include regular cleaning schedules, specific tasks like trash disposal, sanitizing restrooms, and periodic deep cleaning. Access to federal buildings requires security clearance, which the contractor must arrange and bear the costs for. The document emphasizes environmental responsibility, mandating the use of green cleaning supplies and practices. Contractors must comply with all relevant federal acquisition regulations and submit their invoices through the Invoice Processing Platform (IPP). The overall intent is to ensure a clean, safe environment while maintaining compliance with federal regulations, promoting sustainable practices, and providing economic opportunities to small businesses in the contracting process.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for federal contracts in Alaska effective from 2024. Contractors must adhere to Executive Order 14026, establishing a base hourly wage of at least $17.20 for new contracts after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum wage of $12.90. The determination lists specific occupations and their respective wages across various fields, including administrative support, automotive services, health occupations, and technical roles, providing detailed rates for positions within each category. Additionally, the document mandates fringe benefits such as health and welfare provisions, vacation, and holidays. It also establishes guidelines for providing paid sick leave under Executive Order 13706. Contractors are required to classify any unlisted service employees through a conformance process, ensuring fair compensation consistent with listed wage rates. This determination is part of ensuring compliance and worker protections for employees on federal contracts, aligning with the broader goals of the Service Contract Act in fostering equitable labor practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.