Janitorial Services for White Sulphur Springs
ID: 1284LM25Q0058Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 2Ogden, UT, 844012310, 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 small businesses to provide janitorial services for the White Sulphur Springs Ranger District Office and associated facilities in Montana. The contract encompasses a range of cleaning tasks across multiple buildings, with varying frequencies for different areas, and emphasizes the use of biobased cleaning products in compliance with USDA standards. This procurement is crucial for maintaining cleanliness and safety in government facilities, ensuring high-quality service delivery through a structured Quality Assurance Surveillance Plan. Interested contractors should contact Andrea M. Haines at andrea.haines@usda.gov for further details, with proposals due following the site visit scheduled for August 5, 2025, and the contract period set from September 1, 2025, to August 31, 2026.

    Point(s) of Contact
    HAINES, ANDREA M
    andrea.haines@usda.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 1284LM25Q0058, which pertains to a Request for Quotations (RFQ) for cleaning services at the Lewis and Clark National Forest's White Sulphur Springs Ranger District, specifically aimed at small businesses. The procurement covers a base year and four option years, detailing specific contract line items for bi-weekly, weekly, bi-annual, and annual cleaning services, with quantities stipulated for each. Required proposal components include a technical proposal addressing past performance and technical capability, a price proposal, and other certifications. The selection process will evaluate technical experience, past performance, and price, not necessarily in order of importance. The contract also emphasizes compliance with federal labor laws, insurance requirements, and terms related to the employment of migrant and seasonal agricultural workers. It highlights the need for proper documentation, worker protections, and safety standards on-site, alongside a comprehensive compliance framework for environmental and labor regulations. This RFQ exemplifies the federal government's commitment to procure quality services while supporting small businesses and adhering to various regulatory standards.
    The solicitation numbered 1284LM25Q0053 invites proposals for janitorial services at the Bitterroot National Forest, specifically targeting small businesses as per the NAICS code 561720. The contract spans a base year from the award date through August 31, 2026, with options for four additional years. Various cleaning schedules are outlined, including bi-weekly, weekly, bi-annual, and annual cleanings, with required pricing for each line item. Interested vendors must provide a technical proposal addressing past performance and technical capability, alongside a price proposal and required representations. Compliance with FAR provisions governing commercial products and services, such as labor standards and contract compliance, is mandated. The proposal should be submitted via email by the specified deadline. The document underscores the importance of utilizing small businesses and includes provisions related to contractor identity verification, work safety standards, and contracts to be enforceable based on successful proposals. Overall, the solicitation is structured to facilitate transparency, fairness, and compliance in governmental procurement processes while ensuring quality service provision.
    The document outlines the janitorial service requirements for the White Sulphur Springs Ranger District Office and associated facilities in Montana, emphasizing cleanliness and safety compliance. The Contractor is responsible for managing all cleaning tasks across multiple buildings, including offices, restrooms, and workout areas. Cleaning frequency varies: twice weekly for main facilities, weekly for workout areas, and annually for bunkhouses. Performance metrics determine payment adjustments for unsatisfactory work. Quality control is the Contractor's responsibility, with government representatives conducting regular inspections. Strict security measures are enforced, requiring background checks for Contractor employees and adherence to HSPD-12 for identification verification. The Contractor must also utilize biobased cleaning products whenever possible, aligning with USDA standards. Periodic and annual cleaning tasks include thorough floor care, restroom sanitation, window cleaning, and dusting to maintain a professional appearance. The guidelines stipulate specific processes for all cleaning duties, including waste disposal and the cleaning of furnishings. The site visit scheduled for August 5, 2025, allows potential bidders to assess the facilities before proposal submission. Overall, this RFP emphasizes the need for reliable and high-quality janitorial services for government buildings, reflecting common practices in federal contracting procedures.
    The White Sulphur Springs Janitorial Services document outlines the scope and requirements for custodial services at the White Sulphur Springs Ranger District in Montana. The contractor is responsible for maintaining cleanliness and orderliness across three buildings: the District Office, Shop, and Fire Cache. Services include twice-weekly cleaning for general areas and specified weekly cleaning for the workout area, with annual cleaning for two bunkhouses. The contract emphasizes performance-based service, where the contractor's payment may be adjusted based on deliverable quality, and specifies the contractor's responsibility for quality control and building security. Key cleaning tasks are detailed, including vacuuming, mopping, sanitizing restrooms, and periodic deep cleaning tasks. The contractor must also ensure safety measures and handle government-provided essentials like keys and cleaning supplies. Compliance with employee identification standards, such as obtaining a Personal Identity Verification (PIV) card, is required. This document serves as a formal Request for Proposal (RFP), guiding potential contractors on contract expectations and responsibilities, aligned with federal government purchasing processes.
    The White Sulphur Springs Janitorial Services Quality Assurance Surveillance Plan (QASP) outlines procedures to ensure the contractor meets custodial service standards at the Helena-Lewis and Clark National Forest. The plan focuses on maintaining quality through a contractor-managed Quality Control Plan, which must be approved at the contract's outset. Key performance objectives include basic and periodic cleaning services with defined thresholds, aiming for a 95% satisfaction rate among facility users, measured by customer complaints. Complaints will be managed by the government’s quality assurance personnel, who will coordinate with the contractor’s Quality Control Inspector to address issues promptly. Any recurring complaints trigger further contract provisions for corrective action. This QASP demonstrates a structured approach to overseeing janitorial services, ensuring compliance with established cleanliness standards and responsibilities outlined in the service agreement.
    The Quality Assurance Surveillance Plan (QASP) outlines monitoring methods for assessing Contractor performance regarding janitorial services. Its purpose is to ensure the quality of services without dictating the Contractor's methods. Responsibility for quality control lies with the Contractor, while the Government's role is to perform quality assurance assessments. Surveillance methods include inspections and customer feedback. Substandard performance may lead to discussions with the Contractor, issuance of Contract Discrepancy Reports, and potential payment deductions based on the severity of issues identified. The document also specifies maximum allowable defect rates for performance objectives, like cleanliness and timely service delivery, along with corresponding deductions from payments for unmet standards. For example, a 5% deduction applies if the acceptable cleanliness standard is violated more than three times in a month. Overall, the QASP serves as a guide to uphold service quality and accountability, relevant to federal and state contracting processes.
    This document outlines various federal and state-level requests for proposals (RFPs) and grants, focusing on the procurement processes used to solicit bids from contractors and service providers. The RFPs aim to address a variety of governmental needs, ensuring compliance with regulations while promoting transparency and competition among bidders. Key elements include guidelines for proposal submissions, evaluation criteria, deadlines, and requirements for financial and technical capabilities. Furthermore, the document emphasizes the importance of innovation and sustainability in project bids, encouraging applicants to propose solutions that enhance efficiency and reduce environmental impact. Specific sectors targeted include infrastructure, public health, education, and technology. The context of these RFPs is rooted in federal and state initiatives to improve public services and infrastructure while ensuring efficient allocation of taxpayer funds. Therefore, the document serves as a vital resource for potential bidders, offering insights into government procurement practices and highlighting opportunities for public-private partnerships aimed at improving community welfare and delivering essential services. This summary captures the essence of the government's proactive approach in engaging with the private sector to meet public demands.
    The USDA Forest Service's Experience Questionnaire is a crucial document designed for contractors submitting bids in response to federal RFPs. It seeks detailed information regarding the contractor's business structure, years of experience, completed projects, and available resources. Contractors must provide specifics about their past performance, including prime and subcontractor roles, concurrent contractual commitments, and the experience of key personnel. Additionally, the questionnaire inquires about any instances of incomplete work and required certifications to ensure accountability and reliability. The structure includes sections for contact details, project experience, employee resources, and equipment availability, culminating in a certification by the contractor affirming the accuracy of the provided information. This document aims to evaluate the contractor's capacity to effectively execute the projects outlined in the solicitation and is instrumental in maintaining high performance standards within government contracts. Overall, it serves as a foundational element in assessing contractor qualifications for federal and state projects.
    The document details an amendment to a solicitation related to a contract with the USDA Forest Service, specifically focusing on a contract modification referenced by solicitation number 1284LM25Q0058. It outlines requirements for acknowledgment of the amendment, which must be submitted prior to a specified deadline to avoid the rejection of offers. The amendment modifies the original solicitation to provide a revised Statement of Work and Quality Assurance Plan, while also altering a specific contract clause from a duration of 15 months to 15 days. The effective period for the contract is set from September 1, 2025, to August 31, 2026. The document emphasizes the importance of adhering to procedural guidelines for submission and modification of offers to maintain compliance with federal regulations and ensure the integrity of the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GAOA Facility Painting Bitterroot National Forest
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Buyer not available
    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.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through 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 Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Winter Property Maintenance (GMFL Supervisor's Office)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor for winter property maintenance services at the Green Mountain and Finger Lakes National Forests Supervisor's Office in Mendon, Vermont. The contract, which spans a base year and four option years starting October 15, 2025, requires the contractor to provide snow and ice removal from various areas, including driveways and parking lots, as well as the application of anti-skid materials and management of snow piles. This maintenance is crucial for ensuring safe access to the facility during winter months. Interested small businesses must submit a technical proposal, price proposal, and relevant certifications, with the award based on a best-value determination that weighs technical capability alongside price. For further details, potential bidders can contact Carrie L. Edwards at carrie.edwards@usda.gov.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Janitorial & Grounds/Lawn Maintenance Services - Roan Mt & Popular Creek
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a special notice regarding the procurement of janitorial and grounds/lawn maintenance services for the Roan Mountain Recreation Area and Poplar Boat Launch in North Carolina. The scope of this procurement includes essential services such as trash removal, restroom cleaning, and lawn maintenance for various picnic areas, to be awarded as a Blanket Purchase Agreement (BPA) Call Order against an existing BPA. This opportunity is set aside for small businesses, and interested parties should note that this is not a solicitation for proposals but a notification of intent to award. For further inquiries, interested vendors can contact Tobi Shumaker at tobi.shumaker@usda.gov.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.