Janitorial Service for the Miller St. Compound, Deschutes NF, Bend, OR
ID: 1240BE24Q0105Type: 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 Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Miller Street Compound located in Bend, Oregon. The contract encompasses year-round weekly cleaning of approximately 4,821 square feet of office space, restrooms, and workshops, along with semi-annual services such as carpet cleaning and window washing, and additional seasonal restroom cleaning from May to October. This procurement is crucial for maintaining cleanliness and hygiene standards within federal facilities, ensuring a safe and pleasant environment for staff and visitors. Interested contractors must submit their proposals, including technical and price components, by the specified deadline, 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
    The solicitation document 1240BE24Q0105_WAL_SOL outlines a Request for Quotation (RFQ) for janitorial services at the Miller Street Compound in the Deschutes National Forest, Bend, Oregon, for a base year and four option years. It aims to procure services that include year-round weekly cleaning of approximately 4,821 square feet, seasonal restroom cleaning from May to October, and semi-annual cleanings such as carpet and window cleaning. This RFQ is set aside for small businesses with a specific NAICS code of 561720. Quoters must submit a technical proposal detailing past performance, technical capability, and required representations and certifications. Price proposals must include a completed pricing schedule. The government plans to award a single, firm-fixed-price contract based on an evaluation of price, past performance, and technical capabilities, ensuring compliance with various federal regulations. An invitation for vendors to conduct a site survey is also included, facilitating potential bidders' understanding of the requirements. The submission deadline for proposals and questions is specified, emphasizing the urgency of compliance for interested contractors. This document represents the federal government's ongoing commitment to ensuring contracted services meet organizational standards and expectations.
    The USDA's Performance Work Statement outlines requirements for janitorial services at the Miller Street Compound in Bend, Oregon, under Solicitation 1240BE24Q0105. This non-personal services contract mandates that the contractor manage all aspects of cleaning for an area of approximately 4,821 square feet, including restrooms and workshops, with weekly services from September 30, 2024, through September 29, 2025, and four additional option years. Key services include routine cleaning, semi-annual carpet cleaning and floor maintenance, and seasonal restroom cleaning during peak months. Contractors must adhere to quality control standards, utilize bio-based cleaning products, and ensure compliance with safety and security measures, including employee background checks. The document specifies performance metrics, including an Acceptable Quality Level (AQL) of 95%, determining that services must be free from observable flaws. It details reporting requirements, contract manager responsibilities, and government resources provided for contractor use. The structured approach aims to maintain high cleanliness standards while ensuring environmental considerations and cost-effectiveness in contract execution.
    The USDA’s Quality Assurance Surveillance Plan (QASP) provides a framework for monitoring janitorial services at the Miller Street Compound in Deschutes National Forest, Oregon. The QASP outlines the purpose of ensuring service quality according to defined standards and acceptable quality levels (AQLs), detailing the contractor's and government's responsibilities during contract performance. It specifies the evaluation criteria for acceptable performance and includes provisions for remedial actions in the case of non-performance by the contractor. The plan incorporates various surveillance methods, including periodic inspections and the use of performance standards to assess contractor compliance. For each service, AQLs are established, defining the permissible level of defects and the appropriate corrective measures that must be taken in response to non-compliance. The document also includes an appendix with practical tools like daily checklists and performance requirement summaries to assist in monitoring. Overall, the QASP serves as a critical tool for ensuring that contracted services meet the USDA's standards, enabling effective oversight and accountability in the execution of janitorial services as outlined in the solicitation or contract number 1240BE24Q0105.
    The document is a Wage Determination Register from the U.S. Department of Labor regarding the Service Contract Act (SCA). It specifies the minimum wage rates for various occupations in Oregon as of 2024, particularly focusing on federal contracts. Contractors must adhere to wage guidelines set by Executive Orders 14026 and 13658, which stipulate minimum wages of $17.20 and $12.90 per hour, respectively, depending on contract dates and conditions. Additionally, it lists detailed hourly rates for a wide range of occupations spanning administrative support, automotive service, health occupations, and technical positions, among others. Employees are entitled to fringe benefits, including health and welfare compensation, vacation time, and paid holidays. The document also outlines requirements for sick leave under Executive Order 13706 and provides directives for classifying unlisted job positions through a conformance process. This wage determination ensures fair compensation for service employees working under federal contracts, thereby supporting labor standards and worker protections as part of federal procurement processes.
    The document provides a vicinity map detailing the Miller Street Compound and surrounding structures within Deschutes National Forest. It identifies key facilities, including the Auto Maintenance Shop, Road Crew Office, Communication Shop, Fire Office, and additional fire restroom facilities. The layout showcases various building numbers and locations, emphasizing the spatial relationship between these facilities in relation to nearby roads such as Scott Street and Sullivan Road. The document serves as a geographical reference to support operational and maintenance activities within the forest's administrative framework. Its purpose aligns with potential government RFPs and grants, aimed at promoting effective facility management and infrastructure development within federal and local jurisdictions.
    The document outlines the general facility information for the Maintenance Support Center (MSC) including the Communication Shop, Auto Maintenance Shop, Road Crew Office, and Fire Building, detailing their layouts, office space, restroom facilities, and usage specifics. Each building, occupied year-round with peak usage from May to October, has unique configurations informing contractors of their task requirements under various Contract Line Item Numbers (CLIN) and Task Orders. The Communication Shop spans 1,183 square feet, while the Auto Maintenance Shop covers 974 square feet and the Road Crew Office totals 931 square feet. The Fire Building comprises three separate structures, totaling 2,664 square feet, including shared office and restroom facilities. Securable spaces are designated in the Auto Maintenance Shop and Fire Restroom B for storage of cleaning supplies, with a stipulation for a two-week supply of consumable products to be maintained for Forest Service personnel. This information is crucial for prospective contractors to prepare and execute maintenance and operational services in these facilities efficiently. The context aligns with federal and local RFPs to ensure compliance with service agreements and facility management standards.
    Lifecycle
    Similar Opportunities
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    BNF NZ Vault Toilet Cleaning
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide sanitation and cleaning services for vault toilets located on the Cascade and Lowman Ranger Districts of the Boise National Forest. The primary objective of this procurement is to ensure the cleanliness and hygiene of public restroom facilities through a five-year contract, which is set to commence on September 30, 2024, with options for additional annual extensions. These services are crucial for maintaining public health and safety in recreational areas, emphasizing the importance of compliance with federal safety and environmental standards. Interested small businesses are encouraged to submit their technical and price proposals, and for further inquiries, they may contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791.
    LP Nur Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Lucky Peak Nursery located in Boise, Idaho. The contract will cover comprehensive cleaning services for various facilities, including offices and restrooms, from September 30, 2024, to September 29, 2029, with options for four additional years. This procurement is vital for maintaining a clean and professional environment at the nursery, and it is set aside for small businesses under NAICS code 561720. Interested contractors must submit their technical and price proposals by email to Andrea Marks-Cash by 2:00 PM MDT on September 20, 2024, ensuring compliance with federal regulations and labor standards throughout the contract duration.
    GRD Janitorial Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for multiple facilities within the Glacier Ranger District (GRD) in Girdwood, Alaska. The procurement aims to establish a Firm Fixed Price service contract that encompasses comprehensive cleaning services, including standard, deep, and emergency cleaning, to maintain a clean and safe environment for staff and the public. This initiative is critical for ensuring compliance with health and safety standards while promoting small business participation in federal contracts. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    Kern River Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide janitorial services for the Kern River Ranger District Office in Kernville, California. The contract will cover a base period from October 1, 2024, to September 30, 2025, with options for four additional years, requiring biweekly, monthly, semiannual, and annual cleaning services across various facilities. This procurement is a total small business set-aside, emphasizing the importance of maintaining cleanliness and hygiene in federal facilities while supporting small business participation in government contracting. Interested vendors must submit their quotes by September 24, 2024, and direct any inquiries to Chris Kane at christopher.kane2@usda.gov.
    Pit Toilet Decommissioning - SERVICE
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking qualified contractors for the decommissioning of pit toilets as part of a federal contract opportunity. The project involves the decommissioning of four pit toilets, as outlined in Amendment No. 001, which also introduces an optional line item for the Clear Lake toilet and provides detailed instructions on waste management and construction nuances. This service is crucial for maintaining the natural resources and conservation efforts within the national forest. Interested contractors can reach out to Lorenzo R Montoya at lorenzo.montoya@usda.gov or call 503-658-9537 for further details and to ensure compliance with the submission requirements. The solicitation number for this opportunity is 1240BK24Q0130.
    JANITORIAL SERVICES ROCK TAVERN, NY
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small business vendors to provide janitorial services for the Administration Building at the New York Animal Import Center in Rock Tavern, NY. The contract requires comprehensive cleaning and maintenance of approximately 5,109 square feet, including daily, weekly, and quarterly tasks, while adhering to sustainability standards by using Green Certified cleaning products and complying with federal procurement regulations. This five-year firm fixed contract, which includes one base period and four option periods, is set to commence on November 1, 2024, and conclude on October 31, 2029. Interested vendors must register in SAM.gov, submit their proposals by the specified deadline, and direct any inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.
    Building 8500 Carpet Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide carpet cleaning services for Building 8500 at Vandenberg Space Force Base in California. The contractor will be responsible for delivering all necessary labor, materials, equipment, and supervision to complete a one-time carpet cleaning service in accordance with the Performance Work Statement (PWS). This service is crucial for maintaining the cleanliness and upkeep of the facility, ensuring a safe and pleasant environment for personnel. Interested small businesses are encouraged to review the solicitation and its amendments, with inquiries directed to Kristian Martin Perlas at kristianmartin.perlas.2@us.af.mil or by phone at 530-634-9179. The procurement is set aside for small businesses under FAR 19.5, and the deadline for submissions is yet to be specified.
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The primary objective of this procurement is to ensure clean, safe, and operational facilities at various recreation sites, including vault toilet cleaning and litter removal, while adhering to environmental stewardship and public health standards. This contract is a total small business set-aside, with a performance period from October 1, 2024, to September 30, 2026, and offers must be submitted by September 19, 2024, following a site visit on September 9, 2024. Interested parties can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766 for further inquiries.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.