NRS Durham Lab Janitorial Contract
ID: 12444824Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 9Atlanta, GA, 303092449, 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 Agriculture, specifically the Forest Service, is seeking proposals for a janitorial contract at the Northern Research Station's Durham Lab in New Hampshire. The contract requires the provision of custodial services for government-owned facilities, including laboratories and office spaces, for a base year starting October 2, 2024, with options to extend for four additional years based on performance. This procurement is set aside for small businesses under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of maintaining cleanliness and safety in government facilities. Interested vendors must submit their proposals by September 16, 2024, and are encouraged to attend a pre-bid conference on September 11, 2024, for further clarification of requirements. For inquiries, contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides the Wage Determination No. 2015-4017 for the Service Contract Act, overseen by the U.S. Department of Labor’s Wage and Hour Division. It specifies minimum wage rates applicable to contractors working on service contracts, detailing applicable rates under Executive Orders 14026 and 13658 based on contract dates. For contracts effective after January 30, 2022, the minimum wage is $17.20 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. Additionally, the document outlines a detailed list of occupations and their corresponding wage rates, with special notes on fringe benefits such as health and welfare and paid sick leave, which are mandated under multiple executive orders. It includes compliance guidelines, procedures for additional classifications, and ensures worker protections relating to pay and benefits. The wage determination applies specifically to various cities in Strafford County, New Hampshire, demonstrating the regulatory framework that governs wages and working conditions for service contracts. This information is essential for contractors ensuring compliance with federal requirements when engaging in government contracts.
    The document outlines the schedule of items for a janitorial contract at the Northern Research Station's Durham Lab for multiple fiscal years, starting from FY 2024 to FY 2028. It itemizes daily, monthly, and yearly janitorial services across four option years. Each item is broken down into quantity, unit price, and total price, with all costs currently set at $0.00, indicating prices are to be filled in by the vendor. The structure presents a base year followed by four option years, suggesting the possibility of contract renewal based on performance and need. This document is significant within government RFP initiatives, as it formalizes the requirements and structure for service proposals, promoting transparency in the procurement process.
    This government Request for Quotation (RFQ) seeks bids for custodial/janitorial services at the USDA Forest Service's Northern Research Station in Durham, NH. The contract covers a base year starting October 2, 2024, with options to extend for four additional years. The contractor will provide daily and monthly janitorial services specific to various areas within the facility, including laboratories and offices. Key qualifications require contractors to employ trained personnel, perform background checks, maintain quality standards, and ensure compliance with safety regulations. Proposals must be submitted via email by September 16, 2024, and should include technical and pricing details, along with necessary certifications. The procurement is set aside for small businesses under NAICS code 561720 with a $22 million size standard. Evaluation criteria for bids will prioritize technical qualifications and past performance. Contractors must also attend a pre-bid conference scheduled for September 11, 2024, to clarify requirements and expectations. The document emphasizes the importance of professionalism and compliance with detailed service protocols throughout the contract duration.
    The document outlines an Experience Questionnaire related to a federal solicitation (No. 12444824Q0028) for the Durham Lab project. It collects essential information from contractors, including their business details, years of relevant experience, and project history. Contractors are prompted to specify their experience as prime contractors or subcontractors, detailing up to three relevant projects completed within the past three years, including contract numbers and award amounts. Key sections inquire about current contract commitments, previous project completions, work performed under performance bonds, and organizational capacity, specifying minimum and maximum employee counts as well as equipment availability. Additionally, the document seeks references for credit and banking information to determine the contractor's responsibility and capability for the project. The certification section concludes the questionnaire, requiring a signature to affirm the accuracy of the information provided. Overall, the file serves as a comprehensive means for the government to assess contractor qualifications and suitability for the stated work involving the Durham Lab.
    The document is a Past and Present Performance Questionnaire related to Solicitation No: 12444824Q0028 for the Durham Lab. It is designed to gather evaluations of a contractor's performance in executing a contract. The form requires respondents to provide general contractor information, performance ratings on a scale of 1 to 5 across various criteria—including management capabilities, problem-solving, and quality control—and overall performance feedback. Additionally, it inquires about any issues with the contractor, such as cure notices, and whether the contractor has been rated in the Contractor Performance Assessment Reporting System (CPARS). The responses will inform decisions on future contracting opportunities. The document necessitates returning the completed form via email to a specified government contact by a deadline, emphasizing its importance in the government procurement process by ensuring the integrity and reliability of contractors. The structure reflects a systematic approach to evaluate contractor accountability and performance effectiveness as part of federal and state contracting considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GRD Janitorial Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for multiple facilities within the Glacier Ranger District (GRD) in Girdwood, Alaska. The procurement aims to establish a Firm Fixed Price service contract that encompasses comprehensive cleaning services, including standard, deep, and emergency cleaning, to maintain a clean and safe environment for staff and the public. This initiative is critical for ensuring compliance with health and safety standards while promoting small business participation in federal contracts. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    JANITORIAL SERVICES ROCK TAVERN, NY
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small business vendors to provide janitorial services for the Administration Building at the New York Animal Import Center in Rock Tavern, NY. The contract requires comprehensive cleaning and maintenance of approximately 5,109 square feet, including daily, weekly, and quarterly tasks, while adhering to sustainability standards by using Green Certified cleaning products and complying with federal procurement regulations. This five-year firm fixed contract, which includes one base period and four option periods, is set to commence on November 1, 2024, and conclude on October 31, 2029. Interested vendors must register in SAM.gov, submit their proposals by the specified deadline, and direct any inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.
    Kern River Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide janitorial services for the Kern River Ranger District Office in Kernville, California. The contract will cover a base period from October 1, 2024, to September 30, 2025, with options for four additional years, requiring biweekly, monthly, semiannual, and annual cleaning services across various facilities. This procurement is a total small business set-aside, emphasizing the importance of maintaining cleanliness and hygiene in federal facilities while supporting small business participation in government contracting. Interested vendors must submit their quotes by September 24, 2024, and direct any inquiries to Chris Kane at christopher.kane2@usda.gov.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    LP Nur Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Lucky Peak Nursery located in Boise, Idaho. The contract will cover comprehensive cleaning services for various facilities, including offices and restrooms, from September 30, 2024, to September 29, 2029, with options for four additional years. This procurement is vital for maintaining a clean and professional environment at the nursery, and it is set aside for small businesses under NAICS code 561720. Interested contractors must submit their technical and price proposals by email to Andrea Marks-Cash by 2:00 PM MDT on September 20, 2024, ensuring compliance with federal regulations and labor standards throughout the contract duration.
    BNF NZ Vault Toilet Cleaning
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide sanitation and cleaning services for vault toilets located on the Cascade and Lowman Ranger Districts of the Boise National Forest. The primary objective of this procurement is to ensure the cleanliness and hygiene of public restroom facilities through a five-year contract, which is set to commence on September 30, 2024, with options for additional annual extensions. These services are crucial for maintaining public health and safety in recreational areas, emphasizing the importance of compliance with federal safety and environmental standards. Interested small businesses are encouraged to submit their technical and price proposals, and for further inquiries, they may contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services at the Repair and Supply Base in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The procurement involves a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing, with a firm-fixed price contract intended for a total small business set-aside. This contract is crucial for maintaining high standards of facility management and ensuring a safe and clean working environment, with a performance period from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to strict submission requirements and safety protocols outlined in the associated documents.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    UWC Fall 2024 Vault Toilet Pumping
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the pumping and maintenance of up to 32 vault toilets located within the Uinta-Wasatch-Cache National Forest in Utah. The contractor will be responsible for pumping, cleaning, disinfecting, and disposing of waste from both single and double vault toilets, each with a capacity of approximately 1,000 gallons, while ensuring compliance with environmental regulations and maintaining public access during operations. This initiative underscores the government's commitment to maintaining clean and accessible recreational facilities, promoting public health and safety in outdoor environments. Interested contractors must submit their proposals by September 24, 2024, to Paula Sales at paula.sales@usda.gov, with work expected to be completed by October 31, 2024.