LNF JANITORIAL SERVICES AT ST REGIS BUNKHOUSES
ID: 1284LM25Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 2Ogden, UT, 844012310, 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 Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services at the St. Regis Bunkhouses located in Saint Regis, Montana. The contract, identified as Request for Quotation (RFQ) No. 1284LM25Q0014, requires comprehensive cleaning services, including bi-weekly and annual deep cleaning, across various areas of the bunkhouses, with a contract term starting March 15, 2025, and extending through multiple option periods until March 14, 2030. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, which support the Forest Service's mission in the Lolo National Forest. Interested contractors must submit detailed technical and price proposals, demonstrating their qualifications and experience, to Brenda G. Dwyer at brenda.dwyer@usda.gov, with evaluations based on technical capability, past performance, and price.

    Point(s) of Contact
    DWYER, BRENDA G
    brenda.dwyer@usda.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for janitorial services, specifically issued as Request for Quotation (RFQ) No. 1284LM25Q0014, aimed at small businesses under NAICS code 561720. It outlines a need for comprehensive cleaning services at two bunkhouse buildings located in the Superior Ranger District of the Lolo National Forest for a term starting March 15, 2025, and extending through various option periods until March 14, 2030. The scope includes bi-weekly cleaning and annual deep cleaning services, detailing specific tasks across different areas such as kitchens, restrooms, and living spaces, alongside the provision of government-furnished supplies. The contractor is responsible for providing quality control and management plans, with performance evaluations based on customer satisfaction and compliance with specified cleaning standards. The submission of offers requires detailed technical and price proposals, emphasizing qualifications, experience, and compliance with federal regulations. The contract aims for best value procurement, balancing technical capability, past performance, and price. The document facilitates efficient oversight and quality assurance measures to ensure satisfactory service delivery throughout the contract’s duration.
    The document focuses on facilities for gender-specific accommodations, specifically mentioning Men’s Bunkhouse and Women’s Bunkhouse. While the details seem limited, it indicates that all interior photographs featured were sourced from the Women's bunkhouse. The file implicitly suggests a comparison or consideration of both facilities but does not provide in-depth information or analysis regarding their features, conditions, or intended use. Given the context of federal RFPs and grants, this document may represent a preliminary stage in assessing or promoting gender-inclusive housing solutions or accommodations that conform to government standards and policies. Further exploration into the rationale behind these facilities’ specifications might be necessary for comprehensive understanding and evaluation.
    The provided document appears to be a corrupt file, likely containing encoded or improperly formatted data related to federal government RFPs and grants, specifically mentioning federal and state inquiries. It lacks clear textual content, making it challenging to discern specific topics or relevant key ideas. However, from the context of RFPs and grants, it is plausible that the document’s purpose aligns with federal procedures for funding opportunities and service requests at various governmental levels. In general, government RFPs involve soliciting proposals from businesses or organizations to fulfill specific project needs, underscoring the importance of compliance with legal and financial standards. The document's apparent corruption highlights the necessity of maintaining proper data integrity in government communications, as inaccuracies can impede the funding processes intended to support public projects. Consequently, without access to the expected textual information, a comprehensive review is hindered, reflecting on the critical role of clarity and organization in government documentation.
    The USDA Forest Service's Experience Questionnaire is designed to assess the qualifications of contractors submitting proposals for federal projects. The questionnaire requests detailed information, including the contractor's name, type of business, years of experience in the relevant field, and specifics about previous projects completed within the last three years. Contractors must provide details on concurrent contractual commitments, employee availability, and equipment allocations for the proposed project. Additionally, the form asks whether the contractor has encountered project completions through performance bonds or failures to complete awarded work. Key personnel's experience and roles in the project are also highlighted to gauge the firm's capability. The certification section requires the contractor's official to verify the accuracy of the provided information and acknowledge their ability to undertake the work successfully. Overall, this questionnaire serves as a critical tool in the evaluation process for contracts, ensuring that only qualified businesses are considered for USDA Forest Service projects, reflecting the importance the agency places on contractor reliability and experience in fulfilling obligations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USFS Northern Research Station, Parsons, WV Janitorial
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to provide janitorial services at the Northern Research Station in Parsons, West Virginia. The contract will cover custodial services for a period not to exceed one year, with the option for four additional one-year extensions, ensuring the maintenance of cleanliness and safety in government-owned facilities. This procurement is set aside for small businesses under the NAICS code 561720, emphasizing the importance of compliance with federal regulations and performance standards. Interested vendors must attend a site visit, submit their quotes within 60 days, and ensure registration in the System for Award Management (SAM) prior to contract award. For further inquiries, potential bidders can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    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.
    S--MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract effective from April 1, 2025, to March 31, 2026. The selected contractor will be responsible for providing comprehensive cleaning services across three on-site buildings totaling approximately 31,223 square feet, ensuring compliance with quality and safety standards while utilizing environmentally safe supplies. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    MALTA JANITORIAL
    Buyer not available
    The Bureau of Land Management (BLM) in Montana is seeking qualified small businesses to provide janitorial and grounds services for the Malta Field Office under a combined solicitation (RFQ number 140L3625Q0012). The contractor will be responsible for maintaining cleanliness and hygiene in a 5,000 square foot office building and surrounding areas, utilizing environmentally safe products and adhering to detailed cleaning protocols, with operations primarily occurring outside of normal business hours. Interested parties must submit their quotes by February 28, 2025, and be actively registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet and septic pumping services for the Mt. Baker Ranger District within the Mt. Baker-Snoqualmie National Forest in Washington. This procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining government facilities to ensure compliance and availability for federal recreation sites. Interested vendors must adhere to the specified NAICS code (562991) and size standard of $9 million, with bids due by March 28, 2025, including both technical and price proposals. For further inquiries, potential bidders can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet vault septic pumping services for the Mt. Hood National Forest in Oregon. This procurement aims to establish a Blanket Purchase Agreement for on-demand service requests, with a performance period extending from May 1, 2025, to April 30, 2032. The services are crucial for maintaining public facilities and ensuring effective waste management in natural areas, thereby supporting the government’s commitment to environmental stewardship. Interested offerors must submit their technical and price proposals, along with required contractor certifications, by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    J041--Kitchen Hood and Duct Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for Kitchen Hood and Duct Cleaning services at the Fort Harrison VA Medical Center in Montana. The procurement aims to ensure compliance with health and safety standards by requiring the contractor to provide all necessary labor, equipment, and materials for thorough cleaning every four months, adhering to NFPA 96 and IKECA standards. This service is critical for maintaining operational hygiene and safety within the facility, with the contract spanning from March 1, 2025, to February 28, 2029, and includes four optional renewal periods. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their offers by February 19, 2025, at 10:00 AM Mountain Time, and can direct inquiries to Contract Specialist Aaron Thurber at aaron.thurber@va.gov.
    JANITORIAL SERVICES AT FWS EDWIN B FORSYTHE NWR.
    Buyer not available
    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 chantalbashizi@fws.gov or 703-358-1854 for further information.
    Toilet Pumping Monogahela National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for vault toilet pumping services at the Monongahela National Forest in West Virginia. The contract requires the contractor to manage all aspects of the service, including equipment, labor, and transportation, while adhering to a defined schedule for pumping vaults during specified periods and on an emergency basis. This procurement is crucial for maintaining sanitation and public health standards in outdoor recreational areas, reflecting the government's commitment to environmental stewardship. Interested small businesses must submit their quotes by February 21, 2025, and can direct inquiries to Eric King at eric.king@usda.gov or Keith Friot at keith.d.friot@usda.gov.
    1202RZ22Q0002 - I-BPA (Incident-Blanket Purchase Agreement) – Portable Toilets and Handwashing Stations
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for an Incident-Blanket Purchase Agreement (I-BPA) for the provision of portable toilets and handwashing stations across the United States. The objective of this procurement is to secure fully serviced units to support local, regional, and national fire suppression and all-hazard incidents, ensuring compliance with federal, state, and local regulations. This agreement is critical for emergency response efforts, emphasizing sanitation and environmental management during incidents, with a contract period extending from May 1, 2025, to June 30, 2027. Interested vendors must submit their quotes by 14:00 Mountain Time on February 20, 2025, and can contact Kenneth Miller at Kenneth.C.Miller@USDA.gov or 385-441-2764 for further information.