JANITORIAL SERVICES Noxubee NWR, MS
ID: 140FS325Q0065Type: Solicitation
AwardedJun 5, 2025
$27.9K$27,900
AwardeeRELIANCE CONTRACTORS INC 200 SE 1ST ST STE 306 MIAMI FL 33131 USA
Award #:140FS325C0009
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, 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
    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.
    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.
    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.
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.