Provide Housekeeping Services - Janitorial Service
ID: 140P5125Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, 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 the Interior, through the National Park Service, is seeking qualified contractors to provide housekeeping and janitorial services at the Guilford Courthouse National Military Park in Greensboro, North Carolina. The contract requires custodial services to be performed three times a week, ensuring a clean and safe environment for park visitors, with a focus on using environmentally friendly supplies. This procurement is vital for maintaining the park's facilities and supporting visitor experiences, with the contract period set from July 5, 2025, to July 4, 2030, and a total estimated value of approximately $140,400 for the base year. Interested contractors must submit their quotations by April 7, 2025, and can direct inquiries to Edward Dingle at edward_dingle@nps.gov or by phone at 404-507-5747.

    Point(s) of Contact
    Files
    Title
    Posted
    The Guilford Courthouse National Military Park in Greensboro, NC, established in 1917, aims to protect and interpret its historical resources. This document outlines the janitorial service contract to ensure a clean, safe environment for visitors and staff. Services are to be performed three times a week, including daily cleaning of public restrooms, common areas, and offices, with detailed tasks for different frequencies (daily, weekly, monthly). The contractor will use environmentally friendly supplies provided by the park and must comply with OSHA and other safety regulations. Performance will be evaluated through random inspections by the Contracting Officer Representative. The contract covers a base year from July 2025 to July 2026, with options for four additional years; however, funding is currently available only for the base period. This RFP represents the park's commitment to maintaining its facilities and supporting visitor experiences through quality maintenance services.
    The document appears to be a corrupted file, presenting unreadable text and symbols instead of coherent information. However, it suggests an overview of topics related to government RFPs (Requests for Proposals) and federal and state/local grants, typically aimed at funding various projects or initiatives. The intended content might include critical guidelines, eligibility criteria, or procedures for submitting proposals for government funding opportunities, which are essential for non-profits, businesses, and local governments seeking to secure financial resources for public projects. Key elements of such documents typically include project objectives, funding limits, application requirements, and evaluation criteria for proposals. They may also detail specific areas of focus relevant to government priorities, such as infrastructure improvement, public health, education, environmental protection, or community development. Overall, the focus hinges on enabling stakeholders to navigate and apply for available government funding effectively.
    The document outlines the bid schedule for the annual janitorial cleaning contract at the Guilford Courthouse National Military Park. It includes specific bid items, detailing cleaning services required for the Visitor Center and Administration Building three times per week, alongside public restroom cleaning at designated locations. The Visitor Center restrooms are to be cleaned once daily for five days, with additional daily service at Stop 6 Comfort Station. The contract spans a base year plus four option years, presenting a structured outline for potential bidders to submit their pricing for each service category. The purpose of the document is to solicit bids in compliance with government procurement processes, focusing on maintaining cleanliness and hygiene in federal facilities. It invites contractors to participate in the competitive bidding while ensuring transparency and adherence to federal contracting standards.
    The Past Performance Questionnaire attached to RFQ #140P5125Q0004 is designed for offerors to document their relevant experience in providing Housekeeping - Custodial - Janitorial Services over the past three years. Offerors must list up to five similar projects, starting with the most recent, and include a reachable point of contact, project value, and completion dates. The questionnaire also emphasizes the importance of disclosure regarding any past performance issues and the necessary remedial actions taken. This transparency is critical for establishing the offeror’s credibility and trustworthiness in the eyes of the government, as a lack of candor could negatively impact their assessment. The document lays out a structured format for listing projects, including details like project location, owner information, and a description of the work performed. The overall purpose is to evaluate the offeror's qualifications in relation to the specified requirements, ensuring that their past experiences align with the needs of the solicitation.
    The National Park Service is hosting a site inspection for contractors interested in submitting bids for services at the Guilford Courthouse National Military Park. This inspection aims to ensure contractors understand the operational conditions affecting their proposals. Scheduled for March 27, 2025, at 10:30 AM EDT, the site visit will detail tasks required three times weekly, including daily restroom maintenance to provide a safe and sanitary environment for visitors. To participate, prospective contractors must RSVP with the designated contact, Mr. Mike Lewter, and submit any questions by March 31, 2025, ensuring all inquiries are directed to the Contracting Officer via email. Attendance at this inspection is deemed essential for compiling competitive bids, with no individual site visits permitted. The document emphasizes that failure to attend will not justify any errors in proposals, highlighting the necessity for comprehensive understanding in the contracting process.
    The document details Amendment 0001 related to RFQ #140P5125Q0004 for providing housekeeping and janitorial services at Guilford Courthouse National Military Park. It addresses various inquiries from potential contractors regarding the solicitation. Key points include that attendance at the site visit was not mandatory, the applicable wage determination for contractors, limitations on cleaning areas (e.g., no access to exhibit cases and locked storage), and potential impacts from special events on cleaning operations. The incumbent contractor is Lotus USA, Inc., with a previous contract valued at $140,400 covering the base year and four options. The renewal will maintain the same requirements as the previous contract, and invoices will be submitted monthly after services. This document outlines important procedural guidelines and expectations for interested contractors while facilitating clarity in the bidding process for federal janitorial services.
    The document serves as an amendment to solicitation number 140P5125Q0004, specifically detailing changes and updates related to contract offers. It emphasizes the necessity for contractors to acknowledge the receipt of this amendment through specified methods prior to the deadline to avoid rejection of their offers. The document also outlines the period of performance for the associated contract, set from July 5, 2025, to July 4, 2030. Additionally, it provides responses to questions raised by potential bidders regarding the solicitation, which are detailed in an attached document. The amendment’s purpose is to clarify and modify existing contract orders, ensuring that all terms and conditions remain unchanged except where specified. The formalization of this amendment is crucial for maintaining transparency and compliance within government contracting processes, ultimately facilitating better communication among stakeholders involved in federal grants and RFPs.
    The government document consists of a Request for Quotations (RFQ) issued by the National Park Service (NPS) for janitorial services at the Guilford Courthouse National Military Park in Greensboro, North Carolina. The solicitation, numbered 140P5125Q0004, was posted on March 15, 2025, and outlines a requirement for custodial services to maintain a clean, safe, and aesthetically pleasing environment for park visitors. The service is intended to be conducted three times a week, beginning July 5, 2025, with a primary contract period lasting for one year, followed by four optional renewal years. Contractors are required to submit quotations by April 7, 2025, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Offerors must be registered and current in the System for Award Management (SAM) and are encouraged to review site conditions during a scheduled site visit. The detailed scope of work specifies daily, weekly, and monthly cleaning responsibilities, highlighting the importance of using environmentally friendly supplies. The document emphasizes compliance with safety regulations and the importance of maintaining public facilities in top condition, illustrating the government's commitment to quality service in public spaces.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    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 – 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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    2026-2027 Park Attendant Hartwell Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting quotes for park attendant services at Hartwell Lake for the 2026-2027 period. The contract, which is a Total Small Business Set-Aside under NAICS Code 721211, requires contractors to provide 24-hour attendant services on a four-days-on/four-days-off schedule, with duties including gatehouse operations, fee collection, and campground surveillance. The total contract value is estimated to be up to $10 million, and interested parties must submit their quotes by January 12, 2026, at 11:00 a.m. Eastern Time, to the designated contacts, Amy L. Collins and Glenda A. Canty, via email. All offerors must be registered in the System for Award Management (SAM) and meet specific requirements outlined in the solicitation documents.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.