This document addresses questions regarding Solicitation 127EAT26Q0002 for San Bernardino National Forest Janitorial Services. Key details include no incumbent contractor initially, but previous contractors were Reliance for Big Bear Discovery Center and OCS Construction Services for Supervisors Office, with partial contract values provided. Cleaning frequencies are clarified as weekly for basic cleaning and twice a week for restrooms/showers/break rooms per location, with bi-annual services every six months. Estimated square footages for carpet shampooing and hard floor stripping/waxing are provided for Headquarters, Front Country, and Big Bear Discovery Center. Payment will be made every 30 days from the date of award, with no upfront payment. The government will furnish consumables like toilet paper and trash bags, while the contractor provides all cleaning supplies and equipment. Work schedules are specific to each location and after business hours, with Headquarters requiring a background check. The award will be based on Best-Value, and it is a Total Small Business set-aside, with the attached SCA Wage Determination 2015-5629 for San Bernardino County applying to all locations. Invoices will be processed through IPP monthly.
This government solicitation outlines a request for proposal for janitorial services for the San Bernardino National Forest Offices, including the Supervisor's Office, Front Country Ranger Station, and Big Bear Discovery Center & Mountaintop Ranger Station. The contract spans a base year from November 17, 2025, to February 17, 2026, with four optional one-year extensions, concluding on February 17, 2030. Services include both bi-weekly janitorial cleanings and bi-annual deep cleanings at all specified locations. Vendors must submit pricing for all items across the base year and all option years, as only one award will be made from this solicitation. Optional items are not guaranteed to be exercised by the government.
The USDA is seeking janitorial services for the San Bernardino National Forest across three locations: the Supervisor’s Office, Front Country Ranger Station, and Big Bear Discovery Center & Mountain Top Ranger Station. The scope of work includes weekly basic cleaning, three-times-per-week restroom/shower and breakroom cleaning, and semi-annual periodic cleaning services such as floor stripping/waxing and carpet shampooing. The contractor must supply all equipment and materials, with the government providing storage. Key personnel, including a contract manager with two years of relevant experience, must be approved by the Contracting Officer. All contractor personnel must pass a USDA background check and obtain a Lincpass. Security requirements mandate that the contractor secure premises after services, turn off lights, and report suspicious activities or inoperable facilities.
This government RFP seeks janitorial services for the San Bernardino National Forest Offices, encompassing the Supervisor's Office, Front Country Ranger Station, and Big Bear Discovery Center & Mountaintop Ranger Station. The contract includes a base year from November 17, 2025, to November 17, 2026, and four one-year option periods extending through November 17, 2030. Services required are bi-weekly janitorial cleaning and bi-annual deep cleanings at all specified locations. Funding for the base year's latter half is contingent on availability. Contractors must submit pricing for all items, and a single award will be made from this solicitation. Optional items may be exercised at the government's discretion.
The USDA Forest Service's Past Performance Questionnaire, referenced by FSH 6309.31 and 41 USC 1, is a critical document for evaluating contractors for solicitations like the San Bernardino NF Janitorial Services (127EAT26Q0002). This questionnaire requires detailed information regarding a contractor's business type, years of experience as a prime or subcontractor, and a list of completed projects within the last three years, including contract amounts, project types, completion dates, and contact information for verification. It also inquires if the contractor has ever failed to complete awarded work, requiring reasons if applicable. The document emphasizes certification of all statements as complete and correct, authorizing references to provide information to the Forest Service to verify the contractor's capability. This ensures that only qualified and reliable entities are considered for government contracts, promoting transparency and accountability in the procurement process.
The USDA Forest Service is issuing an amendment (AMD0001) to Solicitation Number 127EAT26Q0002 for Janitorial Services at the San Bernardino National Forest. The amendment extends the closing date for offers from October 31, 2025, to November 4, 2025, at 12:00 PM Pacific Time. It also updates the site visit information to Monday, October 27, 2025, at 10:00 AM Pacific Time, with an RSVP required to Fareedah Vaughn and Samantha Gaulding. The period of performance is from November 17, 2025, to February 17, 2026. This solicitation is a total small business set-aside. Offers must include a technical proposal, a price proposal, and contractor representations and certifications, and must acknowledge receipt of the amendment. The document details various FAR and AGAR clauses incorporated by reference and full text, including those related to small business concerns, labor standards, and combating trafficking in persons. All payments will be processed via the Invoice Processing Platform (IPP).
This government Request for Proposal (RFP) (Solicitation Number: 127EAT26Q0002) outlines requirements for janitorial services at multiple San Bernardino National Forest locations. The solicitation, issued by the USDA Forest Service, has an offer due date of October 31, 2025, at 12:00 PM Pacific Time. Key evaluation factors include technical capability, relevant experience, and past performance. Offerors must submit a technical proposal, price proposal, and representations and certifications, including details on biobased products and past projects. Site visits are available by appointment from October 20-24, 2025. All payments will be processed through the Invoice Processing Platform (IPP), requiring vendor registration. The contract includes various Federal Acquisition Regulation (FAR) and Department of Agriculture Acquisition Regulation (AGAR) clauses, with an option to extend the term up to five years.