S--Janitorial Services Patuxent Research Services
ID: 140F0S25R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothy_clapp@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines janitorial service requirements for the Patuxent Research Refuge, managed by the US Fish and Wildlife Service. The contractor is responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, restrooms, and exhibit areas, while adhering to OSHA and other applicable regulations. The services include routine cleaning of non-carpeted and carpeted floors, drinking fountains, trash disposal, and restroom maintenance, emphasizing the use of environmentally preferable cleaning products compliant with LEED standards. Quality control and assurance measures are essential and will involve regular inspections and assessments by the Contracting Officer Representative (COR) to ensure service standards are met. The PWS specifies that the contractor must provide all necessary staffing, equipment, and materials, while adhering to strict safety protocols and security requirements for access to government facilities. The scope of work includes cleaning schedules, environmental considerations, and guidelines for effective communication and issue resolution, aiming for a clean, professional environment that supports the Refuge’s mission.
    The provided document appears to be a collection of fragmented text possibly representing a series of proposals or requests for proposals (RFPs) relevant to federal grants and state/local governmental projects. It is heavily corrupted or encoded, leading to a loss of coherent information. However, it seems to include references to project objectives, requirements, and details about funding and compliance aspects of governmental operations. The main outlines suggest a focus on enhancing or renovating facilities, integrating health and safety measures, and ensuring adherence to established regulations while managing various construction or environmental concerns. Recommendations may emphasize assessment and mitigation of hazardous materials, which is vital for both environmental safety and compliance with regulatory standards. This document seems to serve as part of an administrative process within governmental frameworks aimed at soliciting offers for construction, environmental assessments, and safety management. The fragmented nature of the document hinders a complete understanding of its specific intent and actionable points, yet it reinforces the ongoing commitment of government entities to reliable infrastructure and public safety improvements.
    The document presents a Request for Proposal (RFP) for janitorial services, identified by solicitation number 140F0S25R0002-00001. This procurement is guided by FAR Part 12 and FAR Part 13, targeting small businesses under NAICS Code 561720. A firm-fixed-price contract will be awarded for services from March 2025 through March 2030. Proposals must be submitted via email by March 3, 2025, with a site visit scheduled for February 27, 2025. Key details include the requirement for vendors to be registered in the System for Award Management (SAM) and compliance with various federal regulations concerning pricing, invoicing, and performance evaluation. Contractors are instructed to submit a completed SF 1449, technical volume, and price volume, with selection criteria based on a Lowest Price Technically Acceptable (LPTA) basis. The document outlines needed forms, evaluation conditions, contractor liability, payment procedures through the Invoice Processing Platform, and disclaimers regarding unauthorized changes post-award. Overall, the solicitation aims to secure reliable janitorial services while adhering to strict government contracting standards.
    The document serves as a Request for Proposal (RFP) for janitorial services under solicitation number 140F0S25R0002. The RFP details the amendment of solicitations, including critical dates such as a site visit scheduled for February 27, 2025, and a proposal due date of March 10, 2025. The contract will have a performance period from March 1, 2025, to February 28, 2030, with a total estimated contract value determined by a Low Price Technically Acceptable (LPTA) basis. Only electronic submissions via email will be accepted, with specific details required for the quotes, including a completed SF 1449 form and relevant technical and price volumes. Offerors must acknowledge the amendment, ensure SAM registration, and submit all questions regarding the solicitation prior to the deadline. The solicitation emphasizes the necessity for technical capabilities, legal compliance with various clauses, and the need for the contractors to demonstrate prior performance history through the Contractor Performance Assessment Reporting System (CPARS). This document exemplifies the federal government's transparent bidding process, underscoring the importance of maintaining compliance and delivering financially sound proposals.
    The document outlines a Request for Proposal (RFP) for janitorial services at the FWS Patuxent Research Refuge, seeking to acquire comprehensive cleaning solutions for the facility from March 1, 2025, to February 28, 2030. This solicitation is structured under FAR guidelines, emphasizing compliance from offerors regarding registration in the System for Award Management (SAM) and the necessity to submit quotes via email by February 24, 2025. The RFP specifies a low-price technically acceptable evaluation methodology, where offers will be assessed on their price and technical capabilities. Invoicing instructions necessitate detailed summaries of services provided. The document highlights provisions for contractor responsibilities and certifications, specifically concerning child labor laws, compliance with federal statute, and the contractor performance assessment reporting system (CPARS). Additionally, it underscores the government’s tax-exempt status, the requirement for a completed SF 1449 form, and includes various clauses from the Federal Acquisition Regulation affecting small business classifications. The streamlined processes aim to ensure fair competition and regulatory adherence throughout the procurement of janitorial services, ensuring health standards and effective operational functionality for government facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    DUMPSTER RENTAL MOOSEHORN NWR MAINE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for dumpster rental and disposal services at the Moosehorn National Wildlife Refuge in Maine. The primary objective is to provide dumpsters for the disposal of demolition debris from various structures, ensuring compliance with safety regulations and the absence of hazardous materials. This contract will support the government's initiative for effective waste management during construction and demolition activities, emphasizing sustainable practices and adherence to federal regulations. Interested small businesses must submit their proposals by the specified deadline, with the contract performance period running from March 10, 2025, to February 28, 2026. For further inquiries, contact Jeremy Tyler at jeremytyler@fws.gov or call 413-253-8662.
    F--AZ ALCHESAY NFH Removal of used motor oil
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals from qualified small businesses for the removal of approximately 1,000 gallons of used motor oil from the Alchesay and Williams Creek National Fish Hatchery Complex in Arizona. The project involves the proper disposal of used motor oil stored at two locations: Alchesay NFH in Whiteriver, Arizona, with about 600 gallons, and Williams Creek NFH in McNary, Arizona, containing approximately 400 gallons, in compliance with federal, state, and local regulations. This initiative is crucial for ensuring environmental compliance and responsible waste management within federal facilities. Interested contractors must submit their quotations by February 26, 2025, via email to the designated contracting officer, Jeremy Riva, at jeremyriva@fws.gov, with the performance period set from March 3 to May 1, 2025.
    USFS Northern Research Station, Parsons, WV Janitorial
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to provide janitorial services at the Northern Research Station in Parsons, West Virginia. The contract will cover custodial services for a period not to exceed one year, with the option for four additional one-year extensions, ensuring the maintenance of cleanliness and safety in government-owned facilities. This procurement is set aside for small businesses under the NAICS code 561720, emphasizing the importance of compliance with federal regulations and performance standards. Interested vendors must attend a site visit, submit their quotes within 60 days, and ensure registration in the System for Award Management (SAM) prior to contract award. For further inquiries, potential bidders can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    Eufaula Lake Project Office and Powerhouse Janitorial Service
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services for the Eufaula Lake Project Office and Powerhouse, as well as select fishing areas below the Eufaula Dam public use area. The procurement involves comprehensive janitorial work, including labor, supervision, transportation, equipment, and supplies necessary for maintaining cleanliness in designated areas at Eufaula Lake. This opportunity is particularly significant as it is a 100% Small Business set-aside, emphasizing the importance of supporting small enterprises in government contracting. Interested contractors must ensure they have an active registration in the System for Award Management (SAM) and monitor the PIEE website for the anticipated solicitation release on or about February 3, 2025. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    Janitorial Services located in Jacksonville, FL
    Buyer not available
    The U.S. Department of Agriculture (USDA) is seeking qualified vendors to provide janitorial services for its Animal and Plant Health Inspection Service (APHIS) office located in Jacksonville, Florida. The procurement involves a firm fixed-price contract with a base performance period from March 1, 2025, to February 28, 2026, and includes four optional 12-month extensions, emphasizing the need for environmentally friendly cleaning practices and compliance with federal safety guidelines. This contract, designated as a Total Small Business Set-Aside under NAICS code 561720, aims to support small businesses, including those owned by service-disabled veterans and women, while ensuring the maintenance of a clean and secure workspace for USDA personnel. Interested vendors must submit their proposals by February 25, 2025, at 10:00 AM MT, and can direct inquiries to Jeanine Goral at 612-396-3895 or via email at Jeanine.J.Goral@usda.gov.
    Cuba Ranger District Janitorial Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Cuba Ranger District at the Santa Fe National Forest. The contract will cover cleaning administrative and field offices totaling approximately 6,100 square feet, with services required three times weekly, as well as specialized cleaning on a biannual, quarterly, and annual basis, utilizing environmentally preferable and biobased products. This procurement is crucial for maintaining cleanliness and compliance with federal environmental standards at government facilities. Interested bidders must submit their quotes via email by March 5, 2025, and may direct any questions to the agency until February 25, 2025. For further inquiries, contact Shavera Leveille at shavera.leveille@usda.gov or David Watson at David.l.watson@usda.gov.