JANITORIAL SERVICES AT FWS EDWIN B FORSYTHE NWR.
ID: 140FS325Q0033Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, 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 U.S. Fish and Wildlife Service, is seeking a contractor to provide janitorial services at the Edwin B. Forsythe National Wildlife Refuge, with a contract duration starting March 1, 2025, and options for three additional years. The scope of work includes cleaning the administrative office, visitor information center, and outdoor vault toilets, requiring weekly and bi-weekly cleaning services, respectively, while the contractor must supply all necessary cleaning materials and equipment. This contract is vital for maintaining a clean and professional environment at the refuge, ensuring compliance with government property standards. Interested contractors should submit their quotations by February 17, 2025, and can contact Chantal Bashizi at chantal_bashizi@fws.gov or 703-358-1854 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Wage Determination issued by the U.S. Department of Labor for contracts subject to the Service Contract Act, specifically for New Jersey County of Atlantic. It sets minimum wage and fringe benefit rates required for various occupations in government contracts as of 2025. Key highlights include minimum wages mandated by Executive Orders 14026 and 13658, which specify rates of $17.75 and $13.30 per hour for applicable contracts. The determination also lists specific wage rates for numerous occupations, from administrative and automotive services to health occupations and technical roles. Notably, there are stipulations regarding sick leave, vacation, holidays, and health benefits, including a mandatory health and welfare rate. Additional provisions outline the process for classifying unlisted job roles and requesting wage rate adjustments. This document reflects the government's commitment to fair labor practices and compliance requirements for contractors in federal, state, and local RFPs, ensuring compensation aligns with labor standards.
    The United States Department of the Interior is seeking a contractor for janitorial services at the Edwin B. Forsythe National Wildlife Refuge for a one-year contract starting March 1, 2025, with options for three additional years. The scope includes cleaning the administrative office, visitor information center (VIC), and outdoor vault toilets, ensuring a clean and professional environment. Weekly cleaning for the office and VIC, as well as bi-weekly service for the vault toilets, is required, with specific duties outlined for each area. The contractor must provide all cleaning supplies and equipment, while the government supplies paper products and soap. Regular inspection and quality control measures will be implemented by the government to monitor compliance. This contract is fundamental in maintaining facility conditions and protecting government property.
    The document is a Request for Quotations (RFQ), specifically identified as 140FS325Q0033, issued by the FWS SAT Team 3 for office cleaning services at the FWS Edwin B. Forsythe National Wildlife Refuge. The RFQ outlines the need for non-personal office cleaning services for a base year with options for three additional years, emphasizing a firm fixed price and setting aside provisions for small businesses. The submission deadline is February 17, 2025, with required details including monthly, yearly, and total costs for all four years. It mandates a site visit upon request and specifies the importance of adhering to instructions to avoid disqualification. The bid period spans from February 11, 2025, to February 17, 2025, with varying performance dates for each contract option. This RFQ illustrates typical government procurement processes focused on transparency, fiscal responsibility, and support for small businesses in the federal contracting landscape.
    The government document outlines the procedures and guidelines for federal solicitations for commercial products and services. It emphasizes that contracts will be awarded to the most advantageous offeror based on price, acceptable specifications, and past performance references. Key evaluation factors include the contractor's technical capability, pricing, and previous work assessed through formal performance evaluation systems. The document mandates compliance with various FAR clauses that address prohibitions on certain practices, payment conditions, and labor standards. Contractors must submit payment requests electronically via the Invoice Processing Platform, and adherence to regulations regarding subcontracting opportunities, labor practices, and ethical conduct is required. The comprehensive nature of these guidelines is aimed at ensuring federal contracts are awarded fairly and that contractor practices meet legal and ethical standards. Overall, the document serves as a detailed reference for potential offerors looking to understand the requirements and expectations for participating in federal procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLID WASTE REMOVAL AND DISPOSAL
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at NoelliMedina@nps.gov for further inquiries.
    Williston - Admin and T&E Janitorial
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for janitorial services at the Williston Resource Office in Williston, North Dakota, under contract number W9128F25Q0009. The contract aims to provide comprehensive facility cleaning, including labor, supervision, equipment, and supplies, with a performance-based model covering a base year from March 1, 2025, to February 28, 2026, and options for four additional years. This procurement is crucial for maintaining facility standards and is set aside for small businesses, including service-disabled veteran-owned and HUBZone firms, emphasizing the government's commitment to fostering small business participation. Interested contractors must submit their bids by February 18, 2025, and are required to attend a mandatory site visit on January 30, 2025, to assess the conditions impacting contract performance. For further inquiries, contractors can contact Jacob Thomas at jacob.j.thomas@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil.
    Willamette NF McKenzie River RD Janitor Services
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services at the McKenzie River Ranger District in Oregon. The contract will cover cleaning services at the McKenzie River Ranger Station and Warehouse, with a performance period starting March 1, 2025, and running through December 31, 2025, along with options for up to four additional years. These services are crucial for maintaining cleanliness and safety in government facilities, ensuring compliance with federal standards and enhancing operational efficiency. Interested parties must submit their proposals by February 17, 2025, to Jared Machgan at jared.machgan@usda.gov, and must include all required documentation to be considered for the award.
    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.
    WV-CANAAN VLY NWR-VEH WASH DSCHRG TRTMNT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a vehicle effluent treatment system at the Canaan Valley National Wildlife Refuge in West Virginia. The project involves constructing a concrete tank designed to manage wastewater from a car wash bay, with specific requirements for site preparation, excavation, and adherence to environmental regulations. This initiative underscores the government's commitment to enhancing ecological stewardship and infrastructure within wildlife refuges, ensuring compliance with federal and local laws. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details, with a project completion deadline set for September 30, 2025.
    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.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.
    Park Cleaning and Janitorial Services, Fort Supply, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Park Cleaning and Janitorial Services at Fort Supply Lake, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at providing essential custodial services to maintain the cleanliness and upkeep of the park facilities. The contract falls under the NAICS Code 561720, which pertains to Janitorial Services, and is crucial for ensuring a safe and welcoming environment for visitors. Interested small businesses should note that the site visit is scheduled for January 31, 2025, at 10:00 AM Central Time, and can reach out to Cheryl Hakel at cheryl.d.hakel@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL for further inquiries.
    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.
    Wakefield WFO Non-personal Janitorial Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide non-personal janitorial services for the National Weather Service's Weather Forecast Office located in Wakefield, Virginia. The contract encompasses a base year and up to four option years, with services required to maintain cleanliness and sanitation in approximately 4,300 square feet of office space, including daily, weekly, and monthly cleaning tasks, while adhering to safety standards and quality control measures. This procurement is crucial for ensuring a clean and safe working environment for NOAA personnel, and interested contractors must submit their detailed technical approach, past performance documentation, and pricing proposals by February 21, 2025. For further inquiries, potential bidders can contact Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.