S--NY-FWS LONG ISLAND NWR- JANITORIAL SERVI
ID: 140FS325Q0095Type: Combined Synopsis/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
    Description

    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified contractors to provide janitorial services for the Long Island National Wildlife Refuge Complex in New York. The contract requires comprehensive cleaning tasks for administrative offices and visitor facilities, with services needed once or twice weekly, including sanitizing floors, restrooms, and trash removal, while adhering to environmental sustainability practices. This procurement is a Total Small Business Set-Aside, with a base period of one year and four optional years, starting August 1, 2025, and requires interested parties to submit their proposals by July 15, 2025. For further inquiries, potential offerors can contact Keith Rose at keith_rose@fws.gov or by phone at 612-713-5423.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Wage Determination Notice issued by the U.S. Department of Labor under the Service Contract Act, specifically for New York Counties of Nassau and Suffolk. This determination includes established minimum wage rates for various occupations effective in 2025, aligned with Executive Orders 14026 and 13658, which mandate minimum wage requirements of $17.75 and $13.30, respectively, for covered contracts based on contract award dates. The notice elaborates on fringe benefits, healthcare rates, vacation, and holiday entitlements for affected employees. Specific compensation rates for diverse job classifications ranging from administrative roles to protective services are detailed, emphasizing compliance with mandated labor standards. Furthermore, the document mentions the conformance process for unlisted occupations and the establishment of paid sick leave as outlined in Executive Order 13706. Overall, it emphasizes the government's commitment to fair labor practices and ensuring appropriate remuneration for service workers in government contracts.
    The Long Island National Wildlife Refuge Complex is seeking a contractor to provide janitorial services for its administrative offices and visitor facility. Services will be required once or twice weekly, including comprehensive cleaning tasks such as sanitizing floors, restrooms, and trash removal. The contractor must supply additional cleaning supplies and follow specific protocols for maintaining cleanliness and safety. All employees must adhere to professional conduct, ensuring minimal disruption to facility operations and proper appearance in uniform. The contract outlines detailed cleaning requirements, including different cleaning standards for various facility areas, such as locker rooms, common areas, and visitor spaces. Environmental sustainability is crucial, as the contractor must use eco-friendly products and comply with executive orders on environmentally preferable purchasing. Employees will require background checks and must respect facility security protocols. Reporting and documentation practices are established for quality control, including a logbook for monitoring contractor performance and noting any property issues. The summary emphasizes the overall goal of maintaining a clean, safe, and welcoming environment while committing to ecological responsibility and operational efficiency across the wildlife refuge complex.
    The document outlines a Past or Present Performance Survey for contractors, vital in the government procurement process. It collects comprehensive information about a company's business profile, including its structure, leadership, and Unique Entity Identifier (UEI) from SAM.gov. Additionally, the survey collects detailed data on three contracts or subcontracts, emphasizing government contracts over private ones. For each contract, the contractor must provide information such as the contracting agency, point of contact, contract details, project title, scope, performance metrics, quality control and safety plans, and any subcontracting arrangements. It also inquires about any encountered problems and their resolutions. The final section requires certification from the survey preparer, including contact information and a signature, underscoring the importance of past performance in securing future government contracts. This survey serves as a crucial evaluation tool in federal RFPs and grants, promoting accountability and transparency among contractors and ensuring that only qualified firms are considered for government projects.
    The document outlines Amendment A0001 for solicitation 140FS325Q0095 concerning Janitorial Services at the USFWS Long Island National Wildlife Refuge Complex in New York. The amendment includes specific changes and clarifications based on questions raised by potential offerors. A mandatory site visit is confirmed, although questions can be submitted afterward without extending the solicitation deadline. The contract is performance-based and covers a cleaning area of 11,000 square feet, with only interior window cleaning and weekly floor maintenance specified. No deep cleaning, exterior window cleaning, or flooring stripping services are required. Additional details about the environmental education and multipurpose rooms indicate their total area of 2,500 square feet. The amendment stresses acknowledging receipt of the document to ensure offers are considered, underscoring the procedural clarity essential in governmental RFP processes.
    The document outlines a Request for Quote (RFQ) for Janitorial Services at the U.S. Fish and Wildlife Service's Long Island National Wildlife Refuge Complex in New York, officially numbered 140FS325Q0095. This procurement is designated as a Small Business Set-Aside, emphasizing the use of FAR Part 12 and Part 13 for the acquisition of commercial services. The contract spans a base period of one year with four potential option years, starting from August 1, 2025. Offerors are required to demonstrate technical competency and past performance by submitting relevant documentation, including references, a technical capabilities statement, and price quotes. A mandatory site visit is scheduled before the bid submission deadline of July 15, 2025. Evaluation criteria include technical experience, management plans, and past performance, with emphasis on meeting project schedules. Key provisions include requirements for registration in the System for Award Management (SAM) and adherence to specific federal acquisition regulations, including those governing electronic invoicing and payment processing. The award is anticipated by July 25, 2025, aiming to secure effective janitorial services to maintain the grounds of the refuge, thereby ensuring a clean and safe environment for visitors and wildlife.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    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.
    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 in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.