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
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
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, designated as a Total Small Business Set-Aside, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, trash disposal, restroom sanitization, and periodic deep cleaning, while adhering to environmental standards by using green cleaning supplies. This opportunity is crucial for maintaining a clean and safe environment for visitors, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their proposals by April 10, 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.
Apr 7, 2025, 1:04 PM UTC
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.
Apr 7, 2025, 1:04 PM UTC
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.
Apr 7, 2025, 1:04 PM UTC
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.
Apr 7, 2025, 1:04 PM UTC
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
WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge in the La Crosse District. The contract will cover a base year from May 1, 2025, to April 30, 2026, with the potential for four additional option years, contingent upon funding availability. These services are crucial for maintaining cleanliness and hygiene in facilities such as the Visitor Center and office areas, ensuring a welcoming environment for visitors and staff. Interested parties must submit their proposals, including technical capabilities and pricing, by April 16, 2025, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
OPTION - USCG KODIAK RANGE CLEANING
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide cleaning services for the Kodiak Range in Alaska. This procurement is a combined synopsis/solicitation for commercial items, and it aims to ensure the effective remediation of environmental services as outlined under NAICS code 562910. The solicitation will be conducted through an online competitive reverse auction on the Unison Marketplace platform, with bids required to be submitted electronically. Interested sellers must register on the platform and submit their pricing bids by April 18, 2025, and any questions regarding the solicitation should be directed to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
ID KOOSKIA NFH CHILLER MAINT. FY25
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide annual maintenance services for chillers at the Kooskia National Fish Hatchery in Idaho. The contract, which is set aside for small businesses under NAICS code 238220, includes a base year starting in 2025 and four additional option years, focusing on the maintenance of a 190-ton carrier chiller that is crucial for regulating water temperature in fish rearing operations. This procurement underscores the government's commitment to ensuring reliable environmental management systems that support aquatic life conservation. Interested vendors must submit their proposals by April 16, 2025, and can direct inquiries to Tanner Frank at tannerfrank@fws.gov.
Umpqua NF, Tiller Ranger District Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Umpqua National Forest's Tiller Ranger District in Oregon. The contract encompasses comprehensive cleaning services for two buildings totaling approximately 8,635 square feet, including routine tasks such as trash removal, floor cleaning, and restroom maintenance, as well as specialized semiannual cleaning services. This procurement is vital for maintaining cleanliness and safety in federal facilities and reflects the government's commitment to sustainable practices, requiring the use of bio-based cleaning agents and adherence to federal workplace security regulations. Interested contractors must submit their quotes by April 17, 2025, and are encouraged to attend a pre-quote site visit on April 8 or 10, 2025; for further inquiries, contact Paula S. Winningham at paula.winningham@usda.gov.
US Coast Guard base Ketchikan Pest control Monthly Service Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for pest control services at the USCG Base in Ketchikan, Alaska. The procurement aims to implement an Integrated Pest Management (IPM) program that includes comprehensive pest control services, focusing on sustainable practices and compliance with federal, state, and local regulations. This initiative is crucial for maintaining operational readiness and ensuring the health of personnel by effectively managing pest populations across various buildings and grounds. Interested small businesses must submit their proposals by April 23, 2025, at 12:00 PM AKST, via email to the designated contacts, Tyler Brady and Benjamin Reedy, with a focus on providing a firm-fixed-price offer based on the Lowest Price Technically Acceptable evaluation criteria.
Greers Ferry IDIQ Park Clean Up
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for park cleanup services at the Greers Ferry Project Office in Arkansas under solicitation number W9127S25Q0019. This opportunity is a 100% Small Business Set-Aside, categorized under NAICS Code 561720 for Janitorial Services, with a contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement that includes a base period until January 31, 2026, and four additional one-year option periods. The contract emphasizes the importance of efficient park maintenance services while supporting small businesses, with a guaranteed minimum payment of $2,500 for the base period and a focus on pricing for evaluation. Interested vendors must attend a mandatory site visit on April 2, 2025, and submit their quotes via email by April 18, 2025; for further inquiries, they can contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
S--SOUTHERN UNITS CUSTODIAL OPERATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide custodial operations for the Chattahoochee River National Recreation Area in Georgia. The contractor will be responsible for all janitorial services, including cleaning restrooms and maintaining surrounding areas, with a contract period from May 1, 2025, to April 30, 2026. This procurement is vital for maintaining cleanliness and safety in a park that attracts approximately 3.3 million visitors annually. Interested contractors must submit their quotations by April 17, 2025, following a mandatory site visit on April 2, 2025, and can direct inquiries to Celinda Hicks at celindahicks@nps.gov or by phone at 470-819-0814.
Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract encompasses a range of cleaning and maintenance tasks, including litter pickup, garbage removal, restroom sanitation, and ground maintenance, to ensure the facilities are safe and well-maintained for public use. This initiative highlights the federal government's commitment to maintaining recreational facilities effectively, particularly during varying seasonal usage patterns. Interested contractors must submit their quotes electronically by 2:00 PM CT on April 15, 2025, and should direct inquiries to Marc Proietto or Daniel D. Monahan via the provided email addresses.
Idaho Panhandle National Forests, Coeur d’Alene Nursery – Janitorial Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Coeur d’Alene Nursery, located within the Idaho Panhandle National Forests. The contract, which spans five years starting from May 1, 2025, includes the maintenance of cleanliness across three federally-owned buildings: the Nursery Main Office, Seed Extractory, and Greenhouse, with services encompassing routine cleaning, carpet maintenance, and periodic deep-cleaning tasks. This procurement emphasizes the use of Biobased products and adherence to federal regulations, ensuring sanitary conditions that align with environmental guidelines. Interested contractors should contact Christina Graves at christina.graves@usda.gov for further details and to participate in the proposal process.