S--Janitorial Services for OAS
ID: 140D0425Q0376Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, 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 is seeking qualified small businesses to provide janitorial services for the Office of Aviation Services located in Anchorage, Alaska, under solicitation number 140D0425Q0376. The contract encompasses a range of custodial tasks, including waste removal, vacuuming, and restroom sanitization, with a performance period starting September 1, 2025, and extending through August 31, 2030, including options for additional years. This procurement is crucial for maintaining a clean and secure environment within federal facilities, emphasizing compliance with health and safety standards. Interested contractors must submit their quotes electronically by June 30, 2025, and can direct inquiries to Nicole Johnson at nicole_johnson@ibc.doi.gov or by phone at 571-560-6810.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Wage Determination notice issued by the U.S. Department of Labor under the Service Contract Act, providing wage rates for various occupations applicable in Alaska, particularly in the Anchorage and Matanuska-Susitna Boroughs. It outlines minimum wage requirements stemming from Executive Orders 14026 and 13658, which mandate specific hourly rates based on contract initiation and renewal dates. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 per hour if not renewed thereafter. The file lists predominant occupations along with their corresponding wage rates and fringe benefits, detailing health and welfare compensation, vacation, and holidays. It also emphasizes contractor responsibilities to adhere to wage laws, especially concerning unlisted occupations, and provides guidelines for submitting additional classification requests. This document serves to ensure fair labor standards are met in government contracts, supporting compliance and worker protection across various employment sectors linked to federal contracts in Alaska. The detailed rates and regulations underpin the government's commitment to uphold equitable pay within contract-based employment.
    The document outlines a Request for Quotation (RFQ) for janitorial services at the Office of Aviation Services located in Anchorage, Alaska, designated by solicitation number 140D0425Q0376. The contract is a 100% small business set-aside under NAICS code 561720, with a maximum size standard of $22 million. It details specifications for services to be provided, including waste removal, vacuuming, dusting, restroom sanitization, and various cleaning schedules. The performance period spans one base year (September 1, 2025 - August 31, 2026) with four one-year options and a potential six-month extension. Contractors must provide a pricing schedule and are subject to evaluation based on past performance and price. Key stipulations concerning contractor personnel security, registration with the System for Award Management (SAM), and compliance with federal regulations are included. The document also specifies that all necessary cleaning supplies will be provided by the contractor. A site visit is scheduled for June 3, 2025, and all quotes must be submitted electronically by June 30, 2025. This solicitation reflects the government's need for reliable custodial services while promoting participation from small businesses, supporting federal contracting goals in Alaska.
    The United States Department of the Interior issued Amendment 1 to RFQ 140D0425Q0376 for janitorial services at the Office of Aviation Services, Anchorage, AK. This amendment includes questions and answers from potential contractors, confirming that CYS Enterprises, LLC holds the current contract valued at approximately $186,716.80. The solicitation is a Request for Quotation (RFQ) aimed at small businesses under NAICS code 561720. Proposals need to adhere to the Federal Acquisition Regulation (FAR) and include a pricing schedule for multiple service levels over a base year and four optional years. The contractor must ensure all personnel pass background checks due to unsupervised access to government facilities. Performance standards are outlined clearly, requiring services such as trash removal and surface cleaning at specified frequencies, ensuring compliance with health and safety standards. Additional provisions detail security requirements, contract clauses, and methods for submitting quotes. The anticipated contract award date is on or around September 1, 2025, with quotes due by June 30, 2025. Overall, this document outlines the procedural and technical requirements of the solicitation, emphasizing the importance of maintaining a clean and secure working environment at federal facilities.
    The document pertains to an amendment of a solicitation for federal contracting, specifically relating to a government contract modification. It outlines the procedures for acknowledging receipt of the amendment by contractors, emphasizing the importance of timely acknowledgment to avoid rejection of offers. Additionally, it specifies the period of performance for the contract as September 1, 2025, to August 31, 2030, and includes administrative details such as the issuing office's address and the necessary references for any changes made to previously submitted offers. The amendment serves to clarify questions received from contractors while maintaining unchanged terms and conditions of the original solicitation. This summary encapsulates the formal communication procedure, the time frame for contract execution, and the logistical requirements for compliance within the federal contracting framework.
    The document outlines a Request for Proposal (RFP) issued by the Interior Business Center, Acquisition Services Directorate, for routine janitorial services at a specified facility located in Herndon, VA. The RFP, designated by number 140D0425Q0376, details various janitorial obligations, including bi-weekly trash removal, vacuuming, and bathroom cleaning, alongside additional weekly, monthly, and quarterly tasks as per the Performance Work Statement (PWS). The essential details include the expected timeframe for service provision, spanning from September 1, 2025, to August 31, 2030, and the stipulation that the offer must be received by 1700 local time on May 29, 2025. The solicitation encourages proposals from small businesses, including those that are service-disabled veteran-owned, economically disadvantaged, or HubZone certified, aiming to ensure competitive bidding and promote small business participation. The document ensures compliance with federal contracting regulations and mandates that potential contractors submit invoices as specified. The RFP reflects the government’s commitment to maintaining clean and sanitary facilities through contracted services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    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.
    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.
    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 procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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 in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is soliciting offers for janitorial services at the U.S. Embassy in Reykjavik, Iceland, under contract number 191C7026Q0002. The procurement involves a firm fixed-price contract for a one-year base period with two additional one-year options, covering comprehensive cleaning services across Embassy facilities totaling 1,891 square meters. This contract is crucial for maintaining a clean and safe environment for embassy operations, and it includes specific requirements for personnel standards, insurance, and compliance with federal regulations. Interested vendors must submit their quotations electronically by January 5, 2026, with a site visit scheduled for December 12, 2025, and clarification requests due by December 15, 2025. For further inquiries, vendors can contact the Reykjavik Contracting Officer at reykjavikco@state.gov or by phone at 354-595-2200.
    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.