WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
ID: 140FS225Q0093Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls 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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge in the La Crosse District. The contract will cover a base year from May 1, 2025, to April 30, 2026, with the potential for four additional option years, contingent upon funding availability. These services are crucial for maintaining cleanliness and hygiene in facilities such as the Visitor Center and office areas, ensuring a welcoming environment for visitors and staff. Interested parties must submit their proposals, including technical capabilities and pricing, by April 16, 2025, with inquiries directed to Dana Arnold at dana_arnold@fws.gov or by phone at 703-468-8289.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 2:04 PM UTC
The "Register of Wage Determinations under the Service Contract Act" outlines wage rates and benefits for contractors subject to the Act, specifying minimum pay under Executive Orders 14026 and 13658, which vary based on contract dates. For contracts initiated after January 30, 2022, a minimum wage of $17.75 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The document also includes detailed occupational classifications, wage rates, required benefits, and a compliance framework for contractors regarding unlisted job classifications.
Apr 2, 2025, 2:04 PM UTC
The document outlines a federal government Request for Proposal (RFP) related to janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge – La Crosse District. It specifies a base year performance period from May 1, 2025, to April 30, 2026, with five option years extending until October 30, 2030. The services encompass cleaning tasks for the Visitor Center and office areas, contingent upon the availability of funding. The pricing schedule requires the submission of unit prices in designated areas, emphasizing that the Total Evaluated Price (TEP) will incorporate unit costs and potential six-month extensions based on option year pricing, evaluated according to federal acquisition regulations. The proposal underscores the necessity for bidders to stay within budgetary constraints while providing essential janitorial services that comply with specified performance standards, navigating the complexities of federal funding. Clarity, precision in pricing, and adherence to the outlined service requirements are fundamental elements in preparing to respond to this RFP.
Apr 2, 2025, 2:04 PM UTC
The document outlines the requirements for offerers to submit their technical experience and references when responding to federal and state/local Requests for Proposals (RFPs). Each offerer is required to present information regarding up to three projects that align in size and complexity with the work specified in the Statement of Work. Essential details to be included for each project include the contract type, contract number, contract value, agency served, and contact information for the reference, alongside the project timeline and a brief description of the duties performed. The completed form must be submitted by the designated deadline to ensure consideration, with specific contact information provided for submission. This process aims to evaluate the experience and reliability of potential contractors in fulfilling government contracts effectively.
Apr 2, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) for janitorial services at the Upper Mississippi River National Wildlife and Fish Refuge, specifically for the La Crosse District. It invites firms to submit quotes for a contract starting May 1, 2025, with a potential duration of five years including four option years, contingent upon the availability of funds. Key requirements include cleaning various facilities, such as the Visitor Center and office areas, with services performed weekly during standard business hours. Interested offerors must provide a range of documentation, including technical capabilities, past performance references, and a comprehensive pricing schedule. The government intends to evaluate offers based on technical capability, past experience, and price, emphasizing that the overall value will be prioritized over the lowest bid. The document also highlights compliance with federal regulations, including those related to small business classifications. This RFP exemplifies government efforts to secure quality services while promoting fair competition among potential contractors, including requirements for environmentally safe practices and the use of specific labor standards in the execution of contracted work. The urgent deadline for submissions is April 16, 2025.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
Janitorial Services, Chequamegon Nicolet NF SO
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide janitorial services for the Chequamegon-Nicolet National Forest's Rhinelander Administrative Office in Wisconsin. The contract encompasses cleaning a one-story office building of approximately 18,694 square feet, with a detailed schedule of daily, weekly, monthly, and annual tasks that must be performed to maintain sanitation and cleanliness standards. This procurement emphasizes the use of environmentally sustainable janitorial supplies that meet BioPreferred requirements, reflecting the federal commitment to reducing environmental impact through the use of biobased products. Interested vendors are encouraged to attend a site visit scheduled for April 28th, and they can direct inquiries to Shad Stoddard at shad.stoddard@usda.gov. The contract will be awarded based on a competitive evaluation of quotes, with a focus on price and past performance, and is set to cover a base year with multiple option years from July 5, 2025, to July 4, 2030.
JANITORIAL SERVICES FOR NOAA GLERL IN MUSKEGON, MI
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for non-personal janitorial services at the Great Lakes Environmental Research Laboratory (GLERL) Lake Michigan Field Station located in Muskegon, Michigan. The contractor will be responsible for providing all necessary labor, equipment, and eco-friendly cleaning products to maintain three buildings totaling approximately 8,153 square feet, with services required three times a week during business hours, and a contract period extending from the date of award until May 31, 2026. This procurement emphasizes the importance of maintaining a clean and safe environment for staff and visitors while supporting small businesses through a total Small Business Set-Aside. Interested contractors must submit their quotes by April 30, 2025, via email to Kerri Coffey at kerri.coffey@noaa.gov, and include past performance references as part of their submission.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
Medford Janitorial Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Medford Ranger District office in Wisconsin. The contract requires comprehensive cleaning and maintenance tasks, including weekly and seasonal duties, to ensure a hygienic work environment while adhering to federal standards. This opportunity is set aside for small businesses and emphasizes compliance with various regulations, including labor standards and environmental protections. Interested contractors should submit their proposals, including price and past performance records, by the specified deadline, and may contact Virginia Vanalstine or Joe Scott for further information.