Janitorial Services for the Green Mountain National Forest Rochester RD
ID: 12444325Q0029Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEGREEN MOUNTAIN NATIONAL FORESTRUTLAND, VT, 05701, 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 soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed twice weekly and intensive cleaning every six months. This procurement is vital for maintaining a sanitary working environment for approximately 30 employees and 20 daily visitors, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document amends solicitation number 12444325Q0029 for janitorial services at GMF Rochester. Amendment 0001 includes a Q&A section to address potential contractors' inquiries. Key points include details on proposal submission, site visits, contractor responsibilities, and service specifications. The previous contractor, Fillmore Contracts, LLC, was awarded $36,852 for similar services, with notable modifications now requiring the contractor to supply cleaning materials in addition to cleaning services. There are 67 windows to clean, with access to storage for equipment provided. Cleaning can be scheduled flexibly within specified days, maintaining twice-weekly service. The document highlights the importance of adhering to submission timelines and acknowledges the necessity for contractors to engage with the solicitation process effectively. It emphasizes the project's focus on compliance and operational transparency, ensuring prospective bidders understand the work scope and requirements clearly for enhanced proposal accuracy and competition.
    The Rochester Ranger District of the Green Mountain National Forest is soliciting proposals for janitorial services at the Rochester Ranger Station. The Request for Proposals (RFP) outlines a two-part schedule: a base year from July 1, 2025, to June 30, 2026, followed by two option years. The services required include basic janitorial tasks to be performed bi-weekly, as well as intensive cleaning services scheduled twice a year. The proposal includes details on quantities and unit pricing for the cleaning services, although the exact pricing is to be filled in by bidders. In total, the document sets forth the structure for both the base and option year services, ensuring a clear understanding of expectations regarding task frequency and site location. This RFP is part of the federal initiative to secure necessary operational services for government facilities, emphasizing the importance of maintaining cleanliness and sanitation in public buildings.
    The USDA Forest Service is seeking janitorial services for the Rochester Ranger District from 2025 to 2028 to maintain cleanliness and hygiene at the administrative site located in Rochester, Vermont. The contract encompasses regular cleaning tasks performed twice weekly, with additional intensive cleaning every six months. The scope includes managing restrooms, office areas, and common spaces, with responsibilities for waste disposal, replenishing supplies, and cleaning surfaces. The contractor must provide all necessary labor, equipment, and cleaning products compliant with EPA regulations, favoring environmentally friendly options where possible. The contract includes a base year followed by two option years, aiming to provide a sanitary working environment for approximately 30 employees and around 20 daily visitors. Specific requirements mandate background checks for contractor employees for security purposes, and the contractor is held responsible for supervising its staff to ensure adherence to work standards. Monthly performance reviews will be conducted by the government to evaluate service delivery and address any identified issues. This RFP emphasizes the importance of maintaining public health and safety through professional janitorial services to support the overall mission of the USDA Forest Service.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidelines for monitoring the janitorial services contract at the Rochester Ranger District from 2025 to 2028, as part of the USDA Forest Service’s requirements. The QASP aims to measure contractor performance against established standards and acceptable quality levels (AQLs) by defining roles, responsibilities, and methodologies for evaluation. It emphasizes ongoing surveillance that may be adjusted based on performance consistency. Contractors must adhere to their Quality Control Plan (QCP), while government officials, specifically the Contracting Officer (CO) and designated Contracting Officer Representative (COR), oversee compliance and address performance deficiencies. Documentation of non-performance is critical for accountability and corrective actions, which may involve penalties for non-compliance. Performance evaluation will utilize periodic inspections and customer feedback, maintaining high service standards for cleaning and sanitation. The document concludes with a Performance Requirement Summary, establishing expectations for the contractor and methods of surveillance to ensure services meet contract obligations effectively, safeguarding the well-being of facility users at the Ranger District.
    The document outlines the requirements for janitorial services at the Rochester Ranger District administrative site, emphasizing the use of sustainable products identified in the USDA BioPreferred Program Catalog. The list of necessary supplies includes cleaning agents such as all-purpose cleaners, disinfectants, glass cleaners, and various paper products. It highlights two main sources for sourcing biobased products: the USDA BioPreferred Catalog, which provides product details and company information, and GSA Advantage!, the federal government's online shopping portal offering access to a wide range of commercial products, including environmental items labeled "BioPreferred." This initiative aligns with federal sustainability goals and promotes the use of environmentally friendly products in government contracting. The structured approach ensures that services will be performed using approved, eco-conscious materials, reflecting the federal commitment to sustainability in government operations.
    The document outlines a federal request for proposals (RFP) aimed at increasing access to mental health services for underserved communities. It emphasizes the government's commitment to addressing disparities in mental health care access and aims to fund innovative community-based programs that provide sustainable mental health solutions. Interested organizations are encouraged to submit proposals that demonstrate effective outreach, culturally competent care, and collaboration with local health systems. The RFP specifies eligibility criteria, funding limits, and evaluation metrics to ensure that funded projects meet established goals. The initiative seeks to bolster mental health support frameworks at the state and local levels, thereby enhancing overall community wellness. It reflects a broader national strategy to strengthen mental health services and reduce stigma associated with seeking care, ultimately promoting healthier outcomes for vulnerable populations.
    The document appears to contain a series of fragmented and garbled text, making it difficult to extract coherent information or identify a clear main topic or purpose. It likely contains remnants of government RFPs, federal grants, and possibly state or local procurement requests. Given the lack of discernible structure or content, it is not possible to summarize specific key points or ideas typically associated with government proposals or funding initiatives. In general, RFPs and grants often outline objectives, eligibility criteria, proposal submission requirements, evaluation processes, and funding allocations aimed at soliciting specific services or products from vendors. They serve to guide potential applicants in understanding the needs of government entities and how to align proposals with those needs. However, due to the compromised nature of the text, any specific analysis or extraction of supporting details is not feasible. Consequently, the overall purpose of the document as part of government procurement processes remains obscure, and it fails to communicate any actionable information or requirements to potential responders. A thorough review or reconstruction may be necessary to derive any valuable insights or proposals from the original intent of the text.
    The document is a Past Performance & Experience Form, utilized in the context of government RFPs and grants. It requires offerors to list projects undertaken in the past three years that align with the requirements of the solicited contract. The form necessitates detailed information on each project, including the title, completion year, project owner, contact details, and a brief description highlighting scope, size, cost, and roles (prime or sub). Additionally, the document mandates a section for identifying bio-preferred products to be used in the contract, along with the respective percentages of their use. This entry aims to promote sustainable acquisition practices and ensure the incorporation of environmentally friendly products. Overall, the form is structured to collect essential past performance data and encourage eco-conscious practices within government contracts.
    The U.S. Department of Agriculture (USDA) is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District, with a solicitation number 12444325Q0029. The contract period consists of a base year from July 1, 2025, to June 30, 2026, with two optional renewal years. Bidders must submit a technical proposal that includes past performance, and a pricing proposal. Key evaluation criteria include price and technical capabilities focused on sustainability and relevant experience. Only registered entities in the System for Award Management (SAM) may submit proposals, which must be submitted by May 21, 2025. The proposal will be evaluated on the basis of best value, weighing the technical strengths against cost, with a view to ensuring high-quality services. Additionally, strict regulations such as the Defense Priorities and Allocations System (DPAS) and various FAR clauses guide the contract, emphasizing compliance with standards governing performance and procurement. The USDA aims to ensure high-quality janitorial services through adherence to environmental sustainability and efficient service delivery in government facilities.
    Lifecycle
    Similar Opportunities
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all while adhering to OSHA and security standards. This procurement is crucial for maintaining a clean and safe environment at the facility, which supports the operations of the Forest Service. Interested small business concerns must submit their quotes electronically, including pricing and past performance information, by the specified deadline, with the contract anticipated to be a firm-fixed-price agreement for a base period of 12 months, with four optional years and a potential six-month extension. For further inquiries, contact Tricia Boles at tricia.boles@usda.gov or David Easter at david.easter@usda.gov.
    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.
    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.
    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.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    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.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.