Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
ID: 12444225Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 4Atlanta, GA, 303092449, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

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 proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2015-5139 outlines wage rates and required fringe benefits for contracts under the Service Contract Act, particularly in Arkansas counties. Contractors are mandated to comply with minimum wage standards established by Executive Orders 14026 ($17.75 per hour) and 13658 ($13.30 per hour), depending on contract dates. The document categorizes various occupations, each with specified pay rates and fringe benefits, including health, welfare, vacation, and holiday pay. Notably, certain classifications may be eligible for additional sick leave as per Executive Order 13706. The wage determination also details processes for classifying unlisted occupations and their corresponding wage rates through a conformance process, ensuring compliance with labor regulations. Additionally, it emphasizes contractor obligations regarding uniform costs and differentiates compensation for high-hazard jobs. This document's primary aim is to provide clear wage and benefit guidelines for federal contracts, promoting fair compensation and adherence to labor standards.
    The Little Pines Ground Maintenance Map outlines the scope and expectations for ground maintenance services in the Little Pines area. It serves as a critical resource for potential contractors and stakeholders by detailing the areas requiring maintenance, including specific landscaping needs, frequency of service, and additional ecological considerations. The document emphasizes the importance of maintaining both aesthetic and functional aspects of the landscape, highlighting tasks such as mowing, trimming, and waste management. Compliance with local environmental regulations is underscored, ensuring maintenance activities support ecological sustainability. The map serves as a directive for contractors in preparing proposals, facilitating clear understanding of project requirements and desired outcomes. Overall, this document is essential for facilitating effective ground maintenance and ensuring that selected vendors meet community standards and regulatory guidelines.
    The document outlines the schedule of items for janitorial and maintenance services at the Little Pines Recreation Site, structured across a five-year contract with specified periods of performance. It includes a base year starting from May 1, 2025, and four subsequent option years extending through December 31, 2029. Each year features line items that consist of janitorial services, ground maintenance, and brush hogging, with specific frequencies and quantities provided, such as three-times-weekly janitorial services and bi-annual brush hogging. The responsibility for service oversight falls to the Contracting Officer Representative (COR), who dictates service frequency and any adjustments as necessary. Costs for the services are indicated but not assigned values, suggesting potential flexibility in pricing. This document serves as a request for proposals (RFP) for prospective contractors interested in providing these essential services, ensuring the cleanliness and upkeep of the recreation site, which is critical for public access and enjoyment.
    The USDA has issued a Performance Work Statement (PWS) for janitorial services, solid waste removal, and grounds maintenance at the Little Pines Recreation Site in Arkansas. The contract entails providing cleaning and waste management over a 3.18-acre area, including the bathhouse, campsites, and other facilities. The service schedule includes janitorial tasks three times a week from March to December and bi-annual brush hogging, with the potential to extend the contract through four additional one-year periods from 2026 to 2029. The contractor must adhere to specific operational requirements, including the use of state-approved vehicles for waste transport and compliance with safety regulations. Key personnel from the USDA will oversee the contract, ensuring that work performed meets quality standards and deadlines. The contractor must maintain cleanliness throughout the site while managing grounds keeping, which includes mowing and trimming to specified heights. The contractor is responsible for all necessary equipment and supplies, and must implement a quality control program to mitigate service defects. The PWS outlines performance measures and specifies no supervision from the government over contractor tasks, indicating a non-personal services contract structure. This document serves to facilitate effective bidding and compliance with federal contracting practices.
    The CONTRACTOR’S FINANCIAL INFORMATION SHEET serves as a comprehensive form for organizations submitting proposals to federal and state government contracts. It collects essential details about the contractor’s identity, structure, and financial health. The form includes sections for general information such as organization type (e.g., sole proprietorship, LLC, corporation), taxpayer ID, and contact information. Further, it requires the nature of the business (large, small, woman-owned, etc.) and ownership details. In addition, the sheet examines financial stability by asking contractors to disclose any history of bankruptcy, judgments, liens, and other liabilities. It queries current indebtedness to the government and seeks information on any existing government financing or defaults. This information is critical for evaluating a contractor's eligibility and financial responsibility when considered for government contracts, grants, or funding opportunities, thus ensuring accountable and reliable partnerships in government projects.
    The document outlines the Performance Relevancy Questionnaire required for contractors applying for government contracts, particularly with the Forest Service. It gathers essential information on contractors' experience and past projects within the last three years, specifically focusing on those similar in scope to the solicitation. Contractors must detail their years of relevant experience as prime and subcontractors, and provide information on up to five completed projects, including contract amounts, types, and contacts for verification. Additionally, firms must list concurrent contractual commitments and address any failures in project completion. Specialized experience, including work details and subcontractor roles, must be described. A certification section requires contractors to affirm the accuracy of their statements and authorize references to verify capabilities. The primary aim of the questionnaire is to assess the qualifications and performance history of potential contractors in relation to federal RFPs, ensuring that only competent firms are considered for service contracts.
    The document is a combined synopsis/solicitation for janitorial and ground maintenance services at the Little Pines Recreation Site, set aside for small businesses. Its purpose is to solicit proposals through a Request for Quote (RFQ), with specific requirements specified under Federal Acquisition Regulations (FAR). Contractors must complete a pricing schedule and submit technical and price proposals, including past performance details and equipment qualifications. The main items of the solicitation include details on the contract terms, evaluation factors, and required representations and certifications from bidders. It highlights an on-site visit for interested vendors and emphasizes that all proposals must be submitted by email by the designated deadline of April 28, 2025. Additionally, options for extending contract terms and relevant insurance requirements are included. Compliance with various federal regulations, especially regarding telecommunications equipment, domestic preferences, and labor standards, is mandated. This solicitation reflects the federal government's ongoing commitment to engaging small businesses in fulfilling service contracts efficiently and in accordance with regulatory standards while ensuring fair competition and compliance with labor laws.
    This document is a Request for Proposal (RFP) issued by the USDA Forest Service for janitorial, solid waste removal, and ground maintenance services at the Little Pines Recreation Site in Waldron, Arkansas. The project entails providing labor, transportation, and supervision to execute the required services over a contract period starting from May 1, 2025, and lasting through December 31, 2025. The contract includes four option years that could extend until December 31, 2029, although funding for these extensions is not guaranteed. The submission date for offers is April 28, 2025, at 11:00 CT. The solicitation emphasizes compliance with the Service Contract Labor Standards and includes detailed attachments such as the Statement of Work (SOW) and schedules of items being bid on. Key service components include janitorial tasks, trash removal, ground maintenance, and brush hogging, with the potential for additional option year services outlined. The RFP underscores the importance of adherence to federal guidelines and provides a framework for interested vendors to respond with comprehensive proposals tailored to the outlined needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for a 20-year Granger-Thye Concessions Resort Permit to operate and maintain the Shores Lake and White Rock Recreation Areas within the Ozark-St. Francis National Forests in Arkansas. The selected concessionaire will be responsible for managing recreation facilities, collecting fees (with discounts for federal pass holders), and overseeing day-to-day operations, including maintenance and waste management. This opportunity is significant for enhancing public access to recreational services in the area, with an average gross revenue of approximately $258,709.48 over the past three years. Interested applicants must submit a comprehensive proposal, including a business plan and a minimum annual fee of $12,314.57, by March 2, 2026, and are encouraged to attend a mandatory site tour on January 5, 2026. For further inquiries, contact David Brickley at 479-667-2191 or via email at david.brickley@usda.gov.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The contract requires comprehensive management and execution of cleaning tasks for a 5,610 square foot facility, which includes office spaces, restrooms, and a kitchen, with services to be performed once a weekday. This procurement is a Total Small Business Set-Aside, and interested parties must submit their quotations by December 15, 2025, with the contract anticipated to be awarded for a base year starting January 1, 2026, and extending through four optional years. For further inquiries, potential bidders can contact Stephen Holly at stephen.holly@usda.gov.
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for mowing and landscaping services at the Ava Ranger District Administrative Site in Ava, Missouri. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub trimming, with services expected to be performed up to 22 times per season. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the period of performance is set from March 1, 2026, to February 28, 2027. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can contact Joshua Franks at Joshua.Franks@usda.gov or 530-214-0154 for further information.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Sandia RD Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.