Bartlett Experimental Forest Janitorial Contract
ID: 12444824Q4000Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 9Atlanta, GA, 303092449, 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 proposals for a janitorial contract at the Bartlett Experimental Forest in New Hampshire. The contract requires the provision of custodial services for three government-owned facilities, including a lab/conference building and two quarters buildings, for a base period of one fiscal year with the option to extend for four additional years. This procurement is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive environment for research and administrative activities. Proposals are due by September 16, 2024, at 5:00 PM ET, and interested vendors must register in SAM.gov and are encouraged to attend a site visit on September 10, 2024. For further inquiries, vendors can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the schedule of items for a janitorial contract at the Northern Research Center’s Bartlett Experimental Forest, covering services required for various locations over a five-year period, from Fiscal Year (FY) 2024 through FY 2028. It lists distinct cleaning frequencies—weekly, biweekly, monthly, and annually—for facilities such as the Lab/Conference Building and the White House Quarters, with specific quantities indicated for each service type. Notably, all unit prices are listed as $0.00, suggesting this document serves as a template for potential vendors to fill in their pricing information. The schedule is divided into a base year and four optional years, illustrating a clear structure for ongoing maintenance needs. The purpose of the document is to facilitate a request for proposals (RFP) from potential vendors, allowing the government to assess bids for these janitorial services to ensure cleanliness and maintenance at the specified locations.
    The document outlines the Wage Determination No. 2015-4021 for positions covered under the Service Contract Act (SCA) and specifies minimum wage rates applicable to various occupations in New Hampshire. It notes that contracts initiated or extended on or after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, are regulated by Executive Order 13658 at a minimum of $12.90 per hour. The wage determination includes detailed rates for various occupations across administrative, food service, automotive, health, and technical fields, amongst others. It includes requirements for fringe benefits, such as health and welfare payments and paid sick leave under Executive Order 13706. It also outlines conformance processes for job classifications not included in the list, ensuring equitable wage comparison and compliance. The document serves as a key resource for contractors to ensure compliance with federal wage and benefit standards in government contracts, reflecting the government's commitment to fair labor practices.
    This document pertains to Solicitation No: 12444824Q4000 for the Bartlett Experimental Forest and includes an experience questionnaire for prospective contractors. It outlines essential contractor information, including contact details, type of business, years of experience, and relevant project history. Contractors are required to provide specifics on three pertinent projects completed within the last three years, detailing contract numbers, award amounts, and descriptions of work performed. Additionally, the document seeks insight into the contractor's organizational capabilities, including employee numbers, payroll status, and available equipment. It also queries the contractor's previous performance, specifically any instances of incomplete contracts or reliance on performance bonds. The questionnaire is structured to gather necessary financial references and establish the contractor's overall capacity to fulfill project requirements. A certification section concludes the document, where the contractor affirms the accuracy of the provided information. Overall, this file forms part of the bidding process, ensuring that qualified contractors can be identified for managing the Bartlett Experimental Forest project effectively.
    The document is a Past and Present Performance Questionnaire for contractors responding to Solicitation No: 12444824Q4000 regarding work at the Bartlett Experimental Forest. It serves to evaluate the performance of contractors by collecting feedback on various performance indicators such as management effectiveness, problem-solving, and quality control measures. Respondents are asked to rate contractor performance on a scale from 1 (unsatisfactory) to 5 (exceptional) and provide explanatory remarks for lower ratings. Key areas of evaluation include the contractor's ability to provide experienced personnel, their engagement in resolving local issues, effectiveness of quality control procedures, promptness in addressing deficiencies, and initiation in solving problems. The document also includes questions about the issuance of cure or show cause notices, ratings in the Contractor Performance Assessment Reporting System (CPARS), and the likelihood of future contract awards. The questionnaire must be returned via email by a specified deadline, underscoring the urgency and importance of contractor evaluation in the government procurement process. This tool aims to ensure accountability and effective selection of contractors for future projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NRS Durham Lab Janitorial Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a janitorial contract at the Northern Research Station's Durham Lab in New Hampshire. The contract requires the provision of custodial services for government-owned facilities, including laboratories and office spaces, for a base year starting October 2, 2024, with options to extend for four additional years based on performance. This procurement is set aside for small businesses under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of maintaining cleanliness and safety in government facilities. Interested vendors must submit their proposals by September 16, 2024, and are encouraged to attend a pre-bid conference on September 11, 2024, for further clarification of requirements. For inquiries, contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    Janitorial Services for SRS Wildlife Lab Nacogdoches, TX
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking quotes for janitorial services at its Southern Research Station Wildlife Lab located in Nacogdoches, Texas. The procurement involves comprehensive custodial services for a facility measuring approximately 10,285 square feet, requiring the contractor to provide all necessary labor, cleaning products (excluding government-furnished items), tools, and equipment as outlined in the Statement of Work. This contract, which is set aside for small businesses, spans a base year from October 1, 2024, to September 30, 2025, with four additional option years, emphasizing the importance of maintaining hygiene and safety standards within the facility. Interested contractors must submit their proposals by September 16, 2024, and are encouraged to contact Yolanda Padilla at yolanda.padilla@usda.gov or Julie Nawrozzada at juricka.nawrozzada@usda.gov for further information.
    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.
    TUSQUITEE RANGER DISTRICT JANITORIAL BPA
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services through a Blanket Purchase Agreement (BPA) for the Tusquitee Ranger District in North Carolina. The procurement encompasses a base year plus four option years, requiring services such as regular cleanings, trash removal, and management of biohazardous conditions across 13 recreational sites, including campsites and restrooms. This initiative is crucial for maintaining cleanliness and safety in public recreational areas, thereby enhancing community health and environmental standards. Interested contractors must submit their proposals by September 17, 2024, and are encouraged to attend a non-mandatory site visit on September 10, 2024; for further inquiries, they can contact Laura C. Updegraff at laura.updegraff@usda.gov.
    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 renewals. These services are crucial for maintaining public health and safety in outdoor recreational areas, and contractors will be required to adhere to specific cleaning schedules and standards while providing all necessary labor, equipment, and supplies. Interested vendors should contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791 for further details and to submit their proposals, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    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.
    UWC Fall 2024 Vault Toilet Pumping
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the pumping and maintenance of up to 32 vault toilets located within the Uinta-Wasatch-Cache National Forest in Utah. The contractor will be responsible for pumping, cleaning, disinfecting, and disposing of waste from both single and double vault toilets, each with a capacity of approximately 1,000 gallons, while ensuring compliance with environmental regulations and maintaining public access during operations. This initiative underscores the government's commitment to maintaining clean and accessible recreational facilities, promoting public health and safety in outdoor environments. Interested contractors must submit their proposals by September 24, 2024, to Paula Sales at paula.sales@usda.gov, with work expected to be completed by October 31, 2024.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services for the Repair and Supply Base located in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The contract will encompass a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing across multiple buildings, with government-supplied materials such as paper products and soap. This procurement is crucial for maintaining high standards in facility management and ensuring contractor accountability, with a performance period set from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to the wage determinations established under the Service Contract Act, ensuring compliance with minimum wage standards.