Janitorial Services Deschutes NF Supervisor’s Office, Bend Oregon
ID: 1240BE25Q0016Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, 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, through the Forest Service, is seeking qualified small businesses to provide janitorial services for the Deschutes National Forest Supervisor’s Office located in Bend, Oregon. The contract, identified by solicitation number 1240BE25Q0016, encompasses comprehensive cleaning of approximately 47,600 square feet of office space, including five restrooms, with services required on a daily, weekly, and semi-annual basis. This procurement is vital for maintaining a clean and efficient work environment at federal facilities, ensuring compliance with environmental standards and operational efficiency. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Contracting Officer Thomas Hammerle at thomas.hammerle@usda.gov.

    Point(s) of Contact
    Thomas Hammerle Contracting Officer
    thomas.hammerle@usda.gov
    Files
    Title
    Posted
    This document is a solicitation for janitorial services at the Deschutes National Forest Supervisor's Office in Bend, Oregon, identified by solicitation number 1240BE25Q0016. It outlines a Request for Quotation (RFQ) aimed at establishing a Firm Fixed Price contract for janitorial services over a five-year period, including one base year and four optional extensions. The procurement is exclusively set aside for small businesses, aligning with federal regulations. The contractor is required to provide comprehensive janitorial services, including daily cleaning of approximately 47,600 square feet, carpet cleaning, window washing, and high area cleaning. The submission process mandates offers in two volumes: a technical proposal detailing past performance and technical capability, and a price proposal based on a specified schedule. The document includes evaluation criteria emphasizing past performance, technical capability, and pricing. It also highlights compliance with various federal acquisition regulations and clauses pertaining to labor standards, small business guidelines, and payment protocols. The due date for submissions is set for April 14, 2025, with provisions for a site visit prior to bidding. Overall, this solicitation demonstrates the federal government's commitment to maintaining cleanliness and operational efficiency at its facilities through responsible contracting practices.
    The document is an amendment to solicitation number 1240BE25Q0016, issued by the USDA Forest Service, detailing essential updates and responses to inquiries regarding a contract for janitorial services at the Deschutes Supervisor's Office in Bend, Oregon. The amendment requires that offers must acknowledge receipt and outlines the processes for submitting changes to offers already submitted. It specifies that the contractor is responsible for providing all necessary resources, excluding government-furnished property, with janitorial services outlined in the Performance Work Statement (PWS). Additionally, the office consists of approximately 47,600 square feet and includes numerous facilities such as restrooms and a lunchroom, which require regular cleaning as per the contracted schedule. The period of performance for the contract runs from May 1, 2025, to April 30, 2030. The document emphasizes the importance of following the guidelines for offer submissions and maintaining contract conditions through the outlined period.
    This document pertains to surveying data relevant for federal and state local requests for proposals (RFPs) in construction and land development projects. It includes a detailed curve table outlining lengths and radii of various curves identified as C1, C2, and C3, along with corresponding geographical coordinates (Northing and Easting) for specific control points. The elevation is also provided for each point, indicating the height above sea level. The description section lists control points marked with specific identifiers such as "P.K. NAIL," suggesting surveying and construction markers. The file indicates a mapping effort linked to project number 08104.01, housed under Deschutes National Forest Supervisor's Office. Although the document contains technical data, it alludes to a project’s operational overview, optimizing land for development while adhering to regulatory standards. The table formats and control point coordinates suggest a structured approach to mapping, which would be particularly relevant for planners and engineers involved in regional development initiatives. The data's expiration date and the inclusion of supervisor office details indicate an organized governmental procedure for project management and compliance.
    The document pertains to the Federal Wildlife Service (FWS) office layout involving two floors within a specified building area of 46,290 square feet. It includes a diagram detailing the organizational structure of the FWS office, indicating the locations of the supervisor's office and other relevant offices. The layout information is crucial for strategic planning and proper management of office resources. The focus appears to be on efficient space utilization and workflow optimization within the building to support federal initiatives related to wildlife management. This information is relevant in the context of government RFPs and grants, enabling potential contractors to understand operational needs when submitting proposals for related services or improvements.
    The Performance Work Statement (PWS) outlines the requirements for janitorial services for the U.S. Department of Agriculture (USDA) at the Deschutes National Forest Supervisor’s Office in Bend, Oregon. The contract is intended for non-personal services, requiring the contractor to provide transportation, labor, equipment, and cleaning supplies for approximately 47,600 square feet of office space, including five restrooms. Services include daily cleaning of common areas, weekly cleaning of office spaces, and semi-annual tasks such as carpet cleaning and window washing. The contract spans from May 1, 2025, through April 30, 2030, with various option years. The contractor must maintain a Quality Control Program and manage utilities responsibly while using bio-based materials where possible. Deliverables such as a Quality Control Plan and a Contractor Work Plan are required within 14 days after the contract award. Additionally, safety protocols dictate that employees must comply with background checks, maintain secure access to premises, and report accidents. The PWS emphasizes the importance of maintaining cleanliness, with an Acceptable Quality Level of 95% for services provided, ensuring a clean, safe, and efficient work environment at the site. This document is critical for managing federal service contracts, aligning with procedures for bidding and compliance in government contracts.
    The U.S. Department of Agriculture has issued a Performance Work Statement (PWS) for janitorial services at the Deschutes National Forest Supervisor’s Office in Bend, Oregon, covering a contract from May 2025 to April 2030. The contractor is responsible for cleaning approximately 47,600 square feet, including five restrooms, on a year-round basis. Tasks include daily restroom cleaning, weekly cleaning of office spaces, and semi-annual services such as carpet cleaning and window washing. The contractor must use bio-based cleaning products and submit a Quality Control Plan and work schedule within two weeks of contract award. Key deliverables include backgrounds checks for personnel, coordination with the Contracting Officer's Representative (COR), and adherence to safety protocols. Additionally, a comprehensive quality assurance program will ensure the performance of services meets established standards, including maintaining an Acceptable Quality Level (AQL) of 95%. This contract emphasizes sustainable practices, effective waste management, and timely communication regarding service interruptions and emergencies. Overall, this procurement reflects the government's commitment to maintaining clean and safe federal facilities while adhering to environmental standards and regulations.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring janitorial services at the Deschutes National Forest Supervisor’s Office in Bend, Oregon, under Contract Number 1240BE25Q0016. Its primary purpose is to evaluate contractor performance against established standards defined in the Performance Work Statement (PWS). The QASP details responsibilities of both the contractor and government personnel, emphasizing the need for a complementary Quality Control Plan (QCP). Key sections cover performance standards, acceptable quality levels (AQLs), and non-performance handling, ensuring that documented deficiencies are addressed. Surveillance methods include 100% inspections for critical tasks and periodic random observations. Appendix components assist in tracking quality and customer feedback, ensuring compliance with performance standards. The plan seeks to maintain high service levels, documenting contractor performance to facilitate corrective actions where necessary, reinforcing the government's commitment to effective service delivery and accountability within federal contracting practices. This plan is crucial for securing quality janitorial services and guiding operational improvements through systematic performance assessments.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Deschutes County, Oregon, relevant for federal contracts. Effective January 30, 2022, the minimum wage rate for contractors is $17.75 per hour, as per Executive Order 14026, with different rates specified for contracts awarded earlier. Occupational titles range across administrative support, automotive services, food preparation, and health occupations, each with associated hourly wage rates. The determination mandates additional benefits including health and welfare contributions, paid vacation, and sick leave provisions, ensuring contractors provide competitive compensation. Additionally, it outlines compliance requirements for uniform costs and hazardous pay differentials for certain high-risk jobs. Emphasizing the necessity for conformity procedures for unlisted occupations, the document serves as a crucial reference for contractors engaged in federal services while ensuring fair labor practices and protection for employees. This structure reflects the government's commitment to equitable labor standards in public contracts.
    Lifecycle
    Similar Opportunities
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    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.
    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.
    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.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    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.
    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.