Grand River Ranger District Janitorial
ID: 1284LM25Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 2Ogden, UT, 844012310, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Grand River Ranger District Office located in Lemmon, South Dakota. The procurement aims to maintain cleanliness across approximately 2,460 square feet of office space, including restrooms and communal areas, with a focus on quality control and adherence to safety regulations. This contract is significant for ensuring a professional environment and includes specific cleaning tasks, performance metrics, and the use of biobased products to align with environmental standards. Proposals are due by August 14, 2025, following a site visit on August 5, 2025, and interested parties should direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.

    Point(s) of Contact
    COTTON, SARAH W
    sarah.cotton@usda.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the USDA Forest Service for janitorial services at the Grand River Ranger District Office in Lemmon, South Dakota. This acquisition is designated as a 100% small business set-aside and requires that all proposals be submitted by August 14, 2025, following a site visit on August 5, 2025. Offerors are directed to provide a technical proposal, a price proposal, and complete necessary representations and certifications, with particular attention to demonstrating relevant experience, quality control measures, and the provision of past performance information on similar contracts. The evaluation of proposals will be based on the lowest price technically acceptable criteria, focusing on price, past performance, contractor quality assurance, and personnel experience. The contract has a total performance period from September 1, 2025, to August 31, 2030, including several option years for continued service. It contains various clauses and provisions that govern the contract, aligning with broader federal regulations on purchasing and contracting practices, indicating the importance of compliance for successful offerors.
    The USDA Forest Service Experience Questionnaire seeks to gather essential data from contractors interested in bidding on projects. The document outlines instructions for completing the questionnaire, which includes a variety of items such as contractor information, years of experience as a prime or sub-contractor, a summary of recent projects, and current contractual commitments. Contractors are prompted to detail their staffing capacity, equipment availability, and the experience of key personnel involved in the bid. Additionally, the questionnaire addresses past performance, including any instances of incomplete work or use of performance bonds. A certification section at the end ensures that the information provided is accurate and can be verified. This questionnaire serves as a crucial tool for evaluating a contractor's capability to successfully complete projects under federal, state, and local requests for proposals (RFPs), highlighting their experience and operational readiness.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Grand River Ranger District Office in Lemmon, South Dakota. It establishes a fixed-price contract to maintain cleanliness across various building spaces, encompassing offices, restrooms, and communal areas, totaling approximately 2,460 square feet. The contractor is accountable for quality control, ensuring a clean and professional environment while the government performs quality assurance. Specific cleaning tasks, including weekly and periodic services (like floor waxing and window washing), are detailed, along with performance metrics for quality evaluation. The contractor must adhere to security protocols and safety regulations, including employee background checks and compliance with USDA training procedures for personnel. The contract mandates the use of biobased products, in alignment with environmental and regulatory standards. The Quality Assurance Surveillance Plan details the government's oversight methods and repercussions for substandard performance, encapsulating a structured approach to ensure comprehensive janitorial services and operational integrity. This document reflects federal expectations in RFPs by emphasizing thorough job specifications, performance evaluation, compliance with safety measures, and environmental sustainability in service contracts.
    The document outlines the site plan for the Grand River District Office, detailing the layout and specific areas within the facility. It includes a mix of heated and unheated spaces, such as offices, cubicles, a reception area, mail/printer room, and conference room, totaling 1,093.61 square feet of concrete finish, 334.25 square feet of vinyl, and 2,564.47 square feet of carpet. Additionally, the plan notes infrastructure elements like 21 doors and 26 windows, along with several closets, including a janitorial closet and furnace closets. The bathrooms are specified as individual water closets. The site plan serves as a comprehensive blueprint for the physical space, relevant for potential RFP submissions, facilitating planning and funding applications in alignment with local and federal requirements.
    The document is a Wage Determination file issued by the U.S. Department of Labor under the Service Contract Act (SCA), outlining minimum wage rates and benefits for federal contract workers in South Dakota. It specifies two Executive Orders governing wage rates: Executive Order 14026 mandates a minimum wage of $17.75 per hour for contracts effective January 30, 2022, while Executive Order 13658 sets a minimum wage of $13.30 for contracts awarded before that date without renewal. The determination includes detailed wage rates for various occupations, spanning administrative, automotive, food preparation, health, and technical positions, among others, accompanied by a note on required fringe benefits such as health and welfare, vacation, and sick leave provisions. The document also emphasizes the necessity for proper classification of unlisted service occupations and outlines the process for requesting additional classifications and wage rates. This comprehensive guide serves to ensure compliance with labor laws and fair compensation practices for federal contractors, illustrating the government's focus on worker protections in public contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Buyer not available
    The USDA Forest Service is seeking a qualified contractor to provide janitorial and mowing services for the Cheoah Ranger District recreational areas in North Carolina. The procurement involves a Blanket Purchase Agreement (BPA) Call Order for services that include trash removal, restroom cleaning, and lawn maintenance for various picnic areas. These services are essential for maintaining the cleanliness and accessibility of recreational sites, ensuring a pleasant experience for visitors. Interested parties should note that this opportunity is restricted to the approved company eligible for call orders under BPA 12444123A0007, and inquiries can be directed to Tobi Shumaker at tobi.shumaker@usda.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    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.
    Comprehensive residential cleaning BPA
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Pretoria, South Africa, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for comprehensive residential cleaning services. The procurement encompasses a multi-phase cleaning process, including post-departure cleaning, pre-cleaning before furniture placement, and final cleaning prior to occupancy, along with unpacking welcome kits and specialized cleaning tasks such as deep carpet and upholstery cleaning. These services are crucial for maintaining the readiness and safety of residences for incoming personnel, ensuring compliance with health and safety regulations. Interested contractors must submit a company profile and references to pretoriaquotations@state.gov, referencing PR15715399, and must be registered in the System for Award Management (SAM). The BPA will be awarded for a period of five years, and inquiries can be directed to Monica Nagley at nagleym@state.gov or Johann Baasden at baasdenjw@state.gov.
    U.S. Embassy in South Africa has a requirement for Janitorial services.
    Buyer not available
    The U.S. Embassy in South Africa is seeking qualified contractors to provide janitorial services for its facilities in Pretoria, including the Chancery, Annex, Warehouse, and Community Centre. The contract will be a firm fixed-price type, covering a base year with four optional one-year extensions, and will require the contractor to manage all personnel, cleaning materials, and equipment necessary for daily, weekly, monthly, and quarterly cleaning tasks, as well as event-related services. Compliance with U.S. Government standards, South African laws, and specific Embassy safety and security regulations is mandatory, including background checks for personnel and submission of a site-specific safety plan. Interested contractors should contact Johann Baasden at baasdenjw@state.gov or William S. Bostwick at bostwickws@state.gov for further details, and must be registered in the SAM database prior to submitting their offers.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Janitorial & Grounds/Lawn Maintenance Services - Roan Mt & Popular Creek
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a special notice regarding the procurement of janitorial and grounds/lawn maintenance services for the Roan Mountain Recreation Area and Poplar Boat Launch in North Carolina. The scope of this procurement includes essential services such as trash removal, restroom cleaning, and lawn maintenance for various picnic areas, to be awarded as a Blanket Purchase Agreement (BPA) Call Order against an existing BPA. This opportunity is set aside for small businesses, and interested parties should note that this is not a solicitation for proposals but a notification of intent to award. For further inquiries, interested vendors can contact Tobi Shumaker at tobi.shumaker@usda.gov.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.