WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
ID: 140FS225Q0093Type: Solicitation
AwardedMay 6, 2025
$40.8K$40,800
AwardeeNorth Star Contract Solutions LLC 1546 153RD AVE NE HAM LAKE MN 55304 USA
Award #:140FS225P0147
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
    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
    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.
    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.
    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.
    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.
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    Janitorial Services
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is soliciting proposals for janitorial services at the Falcon Dam Power Plant located in Falcon Heights, Texas. The contractor will be responsible for providing cleaning services twice a week, covering approximately 3,500 square feet, including various operational and restroom areas, from September 30, 2025, to October 1, 2030. This procurement is crucial for maintaining a clean and safe working environment at the facility, with the contract awarded to the lowest price, technically acceptable offeror. Interested bidders must submit their quotes via email by 3:00 PM MST on the specified due date, and all inquiries should be directed in writing to Adrian Knights at adrian.knights@ibwc.gov.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    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 while adhering to OSHA and security standards. This procurement is crucial for maintaining a clean and safe environment at the facility, which supports the operations of the Forest Service. Interested small business concerns must submit their quotes electronically, including pricing and past performance information, by the specified deadline, with the contract anticipated to be a firm-fixed-price agreement for a base period of 12 months, with four optional years and a potential six-month extension. For further inquiries, contact Tricia Boles at tricia.boles@usda.gov or David Easter at david.easter@usda.gov.
    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.