S--LA-SPEC AGNT-LACOMBE-JANITORIAL SERVICE
ID: 140FS325Q0027Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls 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 Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 10:00 PM UTC
Description

The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for janitorial services at their Lacombe, Louisiana office under solicitation number 140FS325Q0027. The contract encompasses a base year with four optional renewal years, requiring the contractor to maintain cleanliness across approximately 2,609 square feet, including various flooring types and restroom facilities, while adhering to specified performance standards and safety regulations. This procurement is crucial for ensuring a clean and conducive work environment, reflecting the government's commitment to regulatory compliance and efficient resource use. Interested small businesses must submit their proposals by February 6, 2025, and can contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further information.

Point(s) of Contact
Files
Title
Posted
Jan 30, 2025, 6:05 PM UTC
The government file outlines wage determinations under the Service Contract Act (SCA), specifically focusing on Wage Determination No. 2015-5189 for Louisiana. It mandates that contracts subject to the SCA adhere to minimum wage rates set by Executive Orders 14026 and 13658, applicable to different contract start dates and renewals. The document specifies wage rates for various occupations in the Louisiana parishes, detailing hourly rates, required fringe benefits, and obligations for paid sick leave as per Executive Order 13706. Key occupations include administrative roles, automotive services, food preparation, health occupations, and technical roles, among others, each assigned specific wage rates. The document emphasizes that employers must ensure compliance with these wage rates and highlight contractor responsibilities relating to paid benefits and sick leave. Additionally, it outlines requirements for any unlisted occupations to go through a conformance process to establish reasonable wage rates. This ensures fair compensation for workers under government contracts, promoting adherence to labor standards and protections for employees in contracted services.
Jan 30, 2025, 6:05 PM UTC
The U.S. Fish & Wildlife Service (FWS) has issued RFP #140FSxxxx for janitorial services at their Lacombe, LA office, seeking a contractor for one base year and four optional years. The contractor is responsible for providing all necessary personnel, equipment, and supervision to maintain a clean workplace across approximately 2,609 square feet, which includes various types of flooring and restroom facilities. The service schedule includes weekly cleaning, inspections, and a logging system to record tasks performed, discrepancies, and inventory needs. The government will supply environmentally friendly cleaning products and equipment, which must be properly maintained by the contractor. Key compliance requirements include accident and damage reporting, adherence to safety standards, and the acceptable behavior of contractor personnel. Performance standards focus on maintaining cleanliness and conformity to industry specifications, with monthly inspections by the FWS to ensure quality control. The comprehensive scope emphasizes the importance of a systematic approach to janitorial services, reflecting the government's commitment to providing a conducive work environment while ensuring regulatory compliance and efficient use of resources.
Jan 30, 2025, 6:05 PM UTC
The document serves as a Past or Present Performance Survey required for federal and state/local government contracts. It seeks comprehensive information about a company's past and ongoing projects, particularly government contracts, to evaluate performance and reliability for future bids. The structure includes sections for general business information, details on multiple contracts (including contracting agency, project scope, role, and completion status), and an appendix for certifying the provided details. Key areas of focus include: - Business identification (name, address, UEI, company structure). - Documentation of contracts/subcontracts with specifics on agency, contacts, financial amounts, and performance metrics. - Evaluation of work quality comprising adherence to safety and quality control plans, with provisions for reporting problems and resolutions encountered. The intent is to assess the company's operational history and performance, which is crucial in the competitive space of government procurement. This structured approach ensures that decision-makers have the necessary data to determine a contractor's past effectiveness and potential fit for upcoming government projects.
Jan 30, 2025, 6:05 PM UTC
This document is an amendment to Federal Solicitation No. 140FS325Q0027, issued by the U.S. government, which updates certain terms regarding an ongoing contract. Key changes include the rescheduling of a site visit to January 28, 2025, at 12:00 PM local time, and an extension of the solicitation period, now closing on February 3, 2025, at 5:00 PM EST. The amendment specifies that the final period of performance will be determined at the time of award, lasting from February 17, 2025, to February 16, 2030. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered, with specific methods outlined for submission. The document is structured to provide administrative changes and necessary directives for contractors, ensuring compliance with federal guidelines. Overall, it reflects procedural adjustments within the scope of government contracts, aiming to facilitate ongoing bid processes and maintain clarity for potential offerors.
Jan 30, 2025, 6:05 PM UTC
The document outlines an amendment to solicitation number 140FS325Q0027, issued by the U.S. Fish and Wildlife Service. Key changes include scheduling an additional site visit on February 4, 2025, from 10:00 am to 1:00 pm, with prior attendees not obligated to attend again. The submission deadline for offers is extended to February 6, 2025, at 5:00 pm EST. The period of performance for the related contract spans from February 17, 2025, to February 16, 2030. Offerors must acknowledge receipt of the amendment through specified methods to avoid rejection of their offers. Despite these updates, all other terms and conditions remain unchanged. This amendment illustrates ongoing adjustments in federal procurement processes, ensuring open participation and clarity for potential contractors.
Jan 30, 2025, 6:05 PM UTC
The document is a Request for Quote (RFQ), solicitation number 140FS325Q0027, for janitorial services for the US Fish and Wildlife Service Law Enforcement Division at the Lacombe Field Office in Louisiana. The solicitation is set aside for small businesses under NAICS code 561720, with a total contract ceiling of $22 million. Bids are due by January 27, 2025, with a scheduled site visit for potential bidders on January 22, 2025. Contractors must demonstrate technical experience and capacity to perform the required services, provide detailed management plans, and offer examples of past work. The evaluation criteria focus on technical capabilities, relevant past performance, and pricing, emphasizing that technical evaluations will weigh heavily on bid acceptance. The contract is intended to last for 12 months, with options to extend for an additional four years. Contractors are required to be registered in the System for Award Management (SAM) to be eligible for bidding and must submit their proposals electronically. The document contains detailed instructions regarding submission formats, required documentation, and compliance with government regulations, including clauses related to service contract labor standards and electronic invoicing processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
Buyer not available
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 danaarnold@fws.gov or by phone at 703-468-8289.
Washburn Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Washburn Ranger District in Wisconsin. The contract will cover a performance period from April 1, 2025, to March 31, 2026, with options for two additional extension years, ensuring the maintenance of cleanliness and hygiene in government facilities. This procurement is vital for operational efficiency and compliance with federal standards, as it supports the agency's commitment to providing a sanitary environment for its employees. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Virginia Vanalstine or Nicolaus Reep via their provided email addresses.
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
Tell City, Indiana Janitorial Services needed on the Hoosier N.F.
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for janitorial services at the Hoosier National Forest Offices located in Tell City, Indiana. The procurement encompasses a range of cleaning services, including carpet cleaning, restroom sanitation, and trash removal, with services to be performed three times a week primarily outside of normal business hours. This contract, which is set aside for small businesses under NAICS code 561720, is crucial for maintaining cleanliness and hygiene in federal facilities while adhering to environmental sustainability standards. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the contract anticipated to commence on August 1, 2025, and extend through July 31, 2030, including up to four option years. For further inquiries, potential bidders can contact Jordan Wheelock at Michael.Wheelock@usda.gov.
Umpqua NF, Tiller Ranger District Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Umpqua National Forest's Tiller Ranger District in Oregon. The contract encompasses comprehensive cleaning services for two buildings totaling approximately 8,635 square feet, including routine tasks such as trash removal, floor cleaning, and restroom maintenance, as well as specialized semiannual cleaning services. This procurement is vital for maintaining cleanliness and safety in federal facilities and reflects the government's commitment to sustainable practices, requiring the use of bio-based cleaning agents and adherence to federal workplace security regulations. Interested contractors must submit their quotes by April 17, 2025, and are encouraged to attend a pre-quote site visit on April 8 or 10, 2025; for further inquiries, contact Paula S. Winningham at paula.winningham@usda.gov.
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 in Awendaw, South Carolina. The contract requires bi-weekly cleaning services on Tuesdays and Thursdays during business hours, excluding federal holidays, with a performance period from May 1, 2025, to April 30, 2030, including four option years. This procurement is essential for maintaining cleanliness and sanitation in various facility areas, including offices, restrooms, and communal spaces, thereby ensuring compliance with public health standards. Interested vendors must submit their quotes by April 15, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
Janitorial Services at the Isabella Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified contractors for janitorial services at the Isabella Resident Office located in Lake Isabella, California. The contractor will be responsible for providing all necessary labor, equipment, and supplies to maintain approximately 3,600 square feet of office space and a maintenance shop locker room, with services required twice a week and additional window cleaning twice annually. This procurement is part of the government's initiative to ensure cleanliness and operational efficiency at federal facilities, with a total contract value of $19,500,000 and a performance period from May 1, 2025, to April 30, 2026. Interested vendors should contact Mary Noonan at mary.m.noonan@usace.army.mil or 916-557-7599 for further information, and must submit any questions by April 1, 2025, prior to the scheduled site visit on March 24, 2025.
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.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
Janitorial Services Deschutes NF Supervisor’s Office, Bend Oregon
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to provide janitorial services for the Deschutes National Forest Supervisor’s Office located in Bend, Oregon. The contract, identified by solicitation number 1240BE25Q0016, encompasses comprehensive cleaning of approximately 47,600 square feet of office space, including five restrooms, with services required on a daily, weekly, and semi-annual basis. This procurement is vital for maintaining a clean and efficient work environment at federal facilities, ensuring compliance with environmental standards and operational efficiency. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Contracting Officer Thomas Hammerle at thomas.hammerle@usda.gov.