MOF Cheat-Potomac Ranger District Janitorial Services
ID: 12444325Q0007Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEMONONGAHELA NATIONAL FORESTELKINS, WV, 26241, 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 qualified contractors to provide janitorial services for the Cheat-Potomac Ranger District located in Petersburg, West Virginia. The contract will cover services for the Petersburg Office, Annex, and Warehouse, with a performance period from April 14, 2025, to April 13, 2030, including optional extensions. These services are crucial for maintaining cleanliness and hygiene in federal facilities, encompassing tasks such as weekly cleaning, bi-annual window cleaning, and annual carpet cleaning across approximately 2,514 square feet. Interested contractors must submit their proposals, including past performance documentation and a sustainable acquisition plan, by the specified deadlines, and can direct inquiries to Michael Simpson at michael.simpson@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures for preparing an Independent Government Estimate (IGE) related to a solicitation for janitorial services at the Cheat-Potomac Ranger District in Petersburg. It specifies different formats for the IGE based on the nature of the requirement — including stand-alone estimates, those with options, indefinite delivery indefinite quantity (IDIQ) contracts, and task orders against existing contracts. The IGE must be based on an independent calculation, not merely a summary of contractor bids, and should clearly state the assumptions used in its formulation. The schedule of items details the scope of work, including weekly janitorial services, bi-annual window cleaning, and annual carpet cleaning for the district's office, annex, and warehouse over a base year plus four option years, spanning from 2025 to 2030. The selection process will involve comparing the IGE with contractor bids to ensure price reasonableness and contractor understanding of government needs. The anticipated award is a firm-fixed-price contract aimed at fulfilling recurrent janitorial services, reflecting ongoing requirements for facility upkeep. This document serves to guide procurement practices in adherence to government regulations and establish pricing benchmarks for proposal evaluations.
    The Chea-Potomac Ranger District is seeking a contractor for janitorial services at the Petersburg Office, Annex, and Warehouse from April 14, 2025, to April 13, 2026, with potential annual options through 2030. The government will provide water, electricity, and storage, while the contractor must supply all labor, materials, tools, and equipment conforming to federal standards. Services are limited to 8 hours per week, with work scheduled outside standard office hours. Key tasks include weekly cleaning of bathrooms, offices, and exterior areas, such as trash disposal, disinfecting surfaces, vacuuming carpets, and window cleaning twice yearly. The bathrooms across the sites must be stocked with specific supplies, including toilet paper and hand soap. The total areas to be cleaned are approximately 2,514 square feet across the three locations. Payments will be monthly upon invoicing. A point of contact for site visits is provided for contractor arrangements. This document outlines the specific requirements and responsibilities for the janitorial service contract, highlighting the importance of cleanliness and hygiene in government facilities. It serves as a formal Request for Proposal (RFP) that establishes a competitive bidding process for sourcing these essential services.
    The "Past Performance & Experience Form," part of government RFPs, requires bidders to detail their relevant project experience over the last three years. It specifies the title, completion date, project owner, and a contact point for verification. The form also asks for a brief project description highlighting its scope, size, cost, and collaboration role (prime or sub-contractor). There’s a "Personnel Form" for listing team members and their experience, including any subcontractors. Additionally, an "Equipment Form" necessitates a listing of all equipment to be utilized in the project, specifying make, model, year, and descriptions. Lastly, a "Sustainable Acquisition/Bio-Preferred/Green Plan Form" must detail the use of bio-preferred products throughout the project, including the percentages of each product used. This structured documentation is essential for assessing a bidder's capability, experience, resource allocation, and commitment to sustainable practices in fulfilling governmental contracts.
    The document comprises Wage Determination WD # 2015-4353 for Service Contract Act workers in West Virginia, specifically detailing wage rates and fringe benefits as of December 23, 2024. It outlines two minimum wage requirements based on the contract date—contracts post-January 30, 2022, necessitate a minimum wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, have a rate of $13.30. The wage determination includes a comprehensive list of various occupations with corresponding hourly rates, such as Administrative Support (ranging from $14.83 to $25.59), Automotive Service ($13.06 to $19.63), and Health Occupations (like Nursing starting at $14.95). Additionally, the document discusses fringe benefits, including health and welfare, vacation, and holiday pay, specifying additional guidelines regarding uniform allowances and paid sick leave under Executive Order 13706. This file functions as a critical resource for contractors seeking compliance with federal laws, ensuring workers are adequately compensated under the Service Contract Act, which directly impacts the federal RFP and grant processes by dictating labor standards for service contracts within the specified regions.
    The document pertains to the amendment of a solicitation for janitorial services at the Potomac Ranger District, identified as Amendment 0001 for solicitation number 12444325Q0007. This amendment includes a posting of questions and answers on SAM.gov and establishes a performance period from April 14, 2025, to April 13, 2030. The deadline for acknowledging this amendment is specified, stating it must be submitted via designated methods to avoid rejection. The original offer may be modified as instructed, with a note on the incumbent vendor being Estelle Humphrey, whose final option year value is $7,800, linked to the previous contract number 12343420P0014. The document maintains applicable rules for contractor acknowledgment of amendments under FAR guidelines, emphasizing compliance with government contracting standards and processes. Overall, this communication serves to update stakeholders on procedural changes and clarifications regarding the janitorial services contract.
    The document pertains to an amendment of solicitation 12444325Q0007 for the Janitorial Services contract at the Cheat-Potomac Ranger District, adjusted with modifications regarding contract acknowledgment and submission procedures, specifically noting the effects of amendments on existing offers. Key provisions highlight that offers must acknowledge receipt of amendments to avoid rejection. The main purpose of the amendments includes posting questions and answers to the SAM.gov solicitation for services scheduled to be performed from April 14, 2025, to April 13, 2030. Additionally, it provides crucial information regarding the current vendor, Estelle Humphrey, and the contract's total annual value of $7,800. The document outlines specific maintenance tasks, such as annual carpet cleaning for approximately 1,650 square feet of carpet across two locations and bi-annual window cleaning for 36 windows. Overall, the file serves to clarify contractual obligations and responsibilities for the janitorial services while ensuring compliance with solicitation acknowledgments.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Cheat-Potomac Ranger District managed by the USDA Forest Service. The contract is for a firm-fixed price for services required from April 14, 2025, to April 13, 2030, with optional extension years specified. The services include general janitorial needs, window cleaning, and annual carpet cleaning for designated facilities in Petersburg, WV. The key returnable items for contractors include a technical proposal addressing past performance, technical capability, and a sustainable acquisition plan, alongside a price proposal and required representations and certifications. It emphasizes that registration in the System for Award Management (SAM) must be current and that all submissions should be emailed by the specified due date. Comprehensive guidelines are provided regarding evaluation factors, award criteria, and contract clauses spanning various compliance matters, such as labor standards and telecommunication regulations. This solicitation seeks to ensure that service vendors adhere to federal acquisition regulations while providing cleaning services necessary for the federal facilities' maintenance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 – 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.
    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.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Agriculture, Department Of
    The USDA Forest Service is seeking a qualified contractor to provide janitorial and mowing services for the Cheoah Ranger District recreational areas in North Carolina. The procurement involves a Blanket Purchase Agreement (BPA) Call Order for services that include trash removal, restroom cleaning, and lawn maintenance for various picnic areas. These services are essential for maintaining the cleanliness and accessibility of recreational sites, ensuring a pleasant experience for visitors. Interested parties should note that this opportunity is restricted to the approved company eligible for call orders under BPA 12444123A0007, and inquiries can be directed to Tobi Shumaker at tobi.shumaker@usda.gov.
    Sandia RD Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.