Willamette NF McKenzie River RD Janitor Services
ID: 1240BK25Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEWILLAMETTE NATIONAL FORESTSPRINGFIELD, OR, 97477, 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 at the McKenzie River Ranger District in Oregon. The contract will cover cleaning services at the McKenzie River Ranger Station and Warehouse, with a performance period starting March 1, 2025, and running through December 31, 2025, along with options for up to four additional years. These services are crucial for maintaining cleanliness and safety in government facilities, ensuring compliance with federal standards and enhancing operational efficiency. Interested parties must submit their proposals by February 17, 2025, to Jared Machgan at jared.machgan@usda.gov, and must include all required documentation to be considered for the award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for janitorial services at the McKenzie River Ranger District, administered by the USDA Forest Service. The services will be performed at the McKenzie River Ranger Station and Warehouse in Oregon over a performance period starting March 1, 2025, through December 31, 2025, with options for up to four additional years. Contractors are required to submit their proposals by February 17, 2025, and must provide all necessary labor, equipment, and supplies to deliver specified cleaning services. Key requirements include maintaining a quality control program, performing services primarily after hours, and responding promptly to service calls. The document stipulates guidelines for cleaning standards, including the frequency of services, methods employed, and expected outcomes. Contractors are also responsible for ensuring the security of premises and safeguarding government property. Additionally, there are strict requirements for contractor personnel background checks and training, including safety protocols and compliance with environmental and procurement standards under federal regulations. The contract emphasizes the need for adherence to quality assurance measures, with potential deductions from payment for deficiencies in performance. This RFP reflects the government's effort to secure reliable and effective services while promoting accountability and compliance within contractor operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    USFS Northern Research Station, Parsons, WV Janitorial
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to provide janitorial services at the Northern Research Station in Parsons, West Virginia. The contract will cover custodial services for a period not to exceed one year, with the option for four additional one-year extensions, ensuring the maintenance of cleanliness and safety in government-owned facilities. This procurement is set aside for small businesses under the NAICS code 561720, emphasizing the importance of compliance with federal regulations and performance standards. Interested vendors must attend a site visit, submit their quotes within 60 days, and ensure registration in the System for Award Management (SAM) prior to contract award. For further inquiries, potential bidders can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    S--LA-SPEC AGNT-LACOMBE-JANITORIAL SERVICE
    Buyer not available
    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 keithrose@fws.gov or 612-713-5423 for further information.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma. This procurement is a 100% Small Business set-aside, with the contract to be awarded on a Firm-Fixed Price basis for one base period and four option periods, focusing on price and past performance. These janitorial services are essential for maintaining the cleanliness and operational readiness of the park facilities, contributing to the overall visitor experience and environmental stewardship. Interested contractors should note that the solicitation is expected to be issued around February 7, 2025, with quotes due by February 28, 2025, and must ensure active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contractors can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Rudolfo Morales at rudolfo.j.morales@usace.army.mil.
    Janitorial Services Wister Lake
    Buyer not available
    The U.S. Army Corps of Engineers, Southwestern Division (SWD), Tulsa District (SWT) is seeking qualified contractors to provide janitorial services at Wister Lake, Oklahoma, through a forthcoming solicitation (W912BV25Q0015). The procurement requires contractors to supply labor, supervision, transportation, equipment, and supplies necessary for the janitorial services at designated areas within the lake facility. This opportunity is significant as it supports the maintenance and cleanliness of a vital recreational area, ensuring a safe and pleasant environment for visitors. The solicitation is anticipated to be issued on or about January 15, 2025, and interested contractors must have an active registration in the System for Award Management (SAM) at the time of quote and award. For further inquiries, contractors can contact Caitlyn Cox at caitlyn.m.cox@usace.army.mil or Marcel Pruner at marcel.l.pruner@usace.army.mil.
    Linen Supply Services for Base Astoria Medical Clinic
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide linen supply services for the Base Astoria Medical Clinic in Warrenton, Oregon. The contract requires the contractor to manage laundry services, including the pickup and delivery of soiled and clean linens and scrubs, with service pickups scheduled biweekly on Wednesdays from January 1, 2025, to December 31, 2025. This procurement is critical for maintaining operational efficiency and safety at the Coast Guard facility, ensuring compliance with security protocols and cleanliness standards. Interested small businesses must submit their quotes to Thomas Gresham via email by 10 AM (EST) on February 6, 2025, referencing solicitation number 70Z03325Q31190012.
    MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract set to commence on April 1, 2025, and conclude on March 31, 2026. The selected contractor will be responsible for maintaining cleanliness and sanitation across three on-site buildings totaling approximately 31,223 square feet, adhering to a comprehensive Statement of Work that includes daily and periodic cleaning tasks, quality control measures, and compliance with safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.