S--JANITORIAL SERVICES Noxubee NWR, MS
ID: 140FS325Q0065Type: 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 Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanie_long@fws.gov or by phone at 404-679-4059.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 6:07 PM UTC
The Past Experience Questionnaire is a critical document required for firms responding to federal solicitations, aimed at gathering comprehensive details about a contractor's experience and capabilities. Companies must provide essential information, including their name, contact details, and type of business. Key areas addressed include years of experience in service and contracting, instances of incomplete work, and employee details related to the project. Additionally, firms are required to list relevant past performance, emphasizing contracts completed in the last three years, particularly those involving government work. Each contract reference must include specific details such as contract value, agency information, contact points, and project scope. The document concludes with a certification section where the contractor affirms the accuracy of the provided information, necessary for government evaluation. This questionnaire serves to ensure thorough vetting of prospective contractors in line with the standards established for federal RFPs and grant applications, allowing the government to effectively assess suitability for public service projects.
Apr 9, 2025, 6:07 PM UTC
The Quality Assurance Plan (QAP) for Janitorial Services at Noxubee National Wildlife Refuge outlines the systematic approach for performance evaluation and monitoring of the janitorial contract. The primary goal is to ensure that cleaned areas are free from dust, debris, stains, and odors, achieving a visibly clean appearance. Performance indicators include stringent cleaning standards for restrooms, such as maintaining dispensers, cleaning fixtures and floors with approved products, managing waste removal, and ensuring no insect debris is present. Inspectors will conduct random checks, and the Contractor must address any deficiencies within seven days to avoid negative performance ratings. Should obligations not be met, a penalty in the form of a negative rating will be issued if three or more cleaning standards are missed. This plan is crucial for maintaining high cleanliness standards at government facilities and ensuring compliance with contractual obligations.
The Performance Work Statement outlines the requirements for janitorial services at Noxubee National Wildlife Refuge. The scope of work includes cleaning two bathrooms in the Visitor Center and a ground vault bathroom at the Bluff Lake Parking Area, both requiring weekly attention. Cleaning tasks encompass disinfecting toilets, mopping floors, and maintaining fixtures, using specific cleaning products provided by the Refuge. The contractor must notify staff at least one week in advance for additional supply needs, while basic supplies such as paper products will be replenished as necessary. Cleaning is scheduled during regular business hours, and if a cleaning day coincides with a holiday, it will occur the following day. Subcontracting for the cleaning services is explicitly prohibited. This document aligns with government RFP practices, as it clearly defines responsibilities and expectations for contractors, ensuring compliance with standards for cleanliness in public facilities.
Apr 9, 2025, 6:07 PM UTC
The document serves as an amendment to solicitation 140FS325Q0065, specifically regarding a janitorial contract for the U.S. Fish and Wildlife Service (FWS) at Noxubee National Wildlife Refuge (NWR) in Mississippi. The amendment outlines the requirement for the contractor to clean the Visitor Center restrooms and Bluff Lake Boat Ramp vault toilet once a week on Wednesdays. Additionally, it specifies that contractors must acknowledge receipt of this amendment prior to the specified submission deadline, with provisions for changes to existing offers via letter or electronic communication. The key contact person for technical inquiries is Travis Carpenter, with Patricia Johnson listed as an alternate. The period of performance for the contract is set from May 31, 2025, to May 30, 2026. The amendment emphasizes the need for contractors to provide quotes for the base year plus four option years, ensuring clarity on the expectations and contract terms. Overall, this amendment is essential for maintaining compliance and clarity in the janitorial services procurement process for the FWS.
Apr 9, 2025, 6:07 PM UTC
The document outlines a Request for Proposal (RFP) for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The solicitation number is 140FS325Q0065, and the deadline for offers is April 23, 2025, by 5:00 PM Eastern Time. It is intended for small business contractors, emphasizing compliance with federal regulations under FAR Part 12 and Part 13 for commercial item acquisitions. The services include cleaning the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, requiring weekly maintenance. Proposals must include a completed SF 1449 form and provide company information, pricing, and references for similar projects. A site visit on April 10 and April 16, 2025, is mandatory for potential submitters. Evaluation criteria focus on technical experience, management plans, and past performance, with a strong preference for small business participation. The document also includes clauses related to payment procedures, compliance with federal labor standards, and other regulatory obligations. The anticipated contract award date is April 30, 2025. This RFP indicates the government's commitment to engaging small businesses while ensuring high standards for service delivery and regulatory compliance.
The Performance Work Statement outlines the janitorial service requirements for the Noxubee National Wildlife Refuge, specifically for the Visitor Center and Bluff Lake Parking Area bathrooms. Cleaning for both locations is required once a week during regular business hours. The Visitor Center's men's and women's bathrooms involve comprehensive tasks such as disinfecting surfaces, cleaning toilets and fixtures, emptying sanitary waste bins, and restocking soap and paper products, with supplies primarily provided by the refuge. The Bluff Lake bathroom, a simpler ground vault facility, mandates similar cleaning procedures, including floor sweeping and disinfecting the toilet. If a cleaning day coincides with a holiday, the service will be rescheduled for the following day. This document serves as a government RFP detailing the expectations for cleanliness and maintenance of public facilities, ensuring visitor safety and hygiene at the refuge.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
S--Custodial Services Christiansted NHS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for custodial services at the Christiansted National Historic Site in the U.S. Virgin Islands. The contract, which is set for a duration of up to 12 months, requires the contractor to maintain cleanliness in various facilities, including public restrooms and historical sites, with a structured cleaning schedule that includes daily, weekly, and bi-weekly tasks. This procurement is vital for ensuring a clean and safe environment for visitors while preserving the historical integrity of the site. Interested small businesses must submit their bids by April 30, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
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 at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
Region 04 Toilet Pumping Services
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Forest Service, is seeking qualified contractors to provide toilet pumping services in Region 04 as part of an upcoming Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This contract will involve on-demand pumping of vault toilets and restroom facilities across various forests, with each vault capable of holding up to 1,000 gallons, ensuring proper maintenance of restroom facilities in remote areas. Interested parties must respond by May 2, 2025, and be registered in the System for Award Management (SAM) prior to contract award, with the formal solicitation expected to be released around July or August 2025. For further inquiries, potential contractors can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.