S--Custodial Services Christiansted NHS
ID: 140P5425Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, 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 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 Noelli_Medina@nps.gov or by phone at 470-819-0940.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines an amendment to the solicitation for custodial services at the Christiansted National Historic Site. It details the requirements for contractors to acknowledge receipt of the amendment before the specified time to avoid rejection of their offers. The amendment includes the addition of Attachment 0004 - Q&A, while all other terms and conditions remain unchanged. The deadline for offers is set for April 30, 2025, at 5:00 PM EDT, and the period of performance for the contract will span from May 5, 2025, to May 4, 2026. The document emphasizes the importance of communication regarding offer modifications and the requirement for documentation to be submitted in a specified manner to ensure compliance.
    The National Park Service has issued a request for proposal (RFP) for custodial services at the Christiansted National Historic Site (CHRI) in the U.S. Virgin Islands, for a contract lasting up to 12 months. The services include cleaning public restrooms, office spaces, and maintaining cleanliness in high-traffic visitor areas. The contractor must provide a dedicated janitor five days a week and adhere to safety plans determined by OSHA standards. Equipment and cleaning supplies, particularly environmentally friendly products, will be supplied by the NPS, with the contractor responsible for personnel protective equipment. The cleaning schedule is detailed, with tasks varying from daily cleaning of restrooms to biweekly maintenance of historical areas. Importantly, the contractor must maintain high cleanliness standards, especially in visitor contact areas, and follow quality control measures that include regular inspections and customer feedback mechanisms. The document emphasizes the importance of a collaboration between the contractor and NPS, outlining responsibilities for communication, training, and emergency procedures. This RFP seeks skilled services to ensure a clean, safe, and historically respectful environment for visitors at this national landmark.
    The document outlines a comprehensive cleaning and maintenance schedule for various facilities, including public restrooms, visitor contact stations, and historical sites like the Danish Customs House and Fort Christiansvaern. Daily, weekly, and bi-weekly tasks are specified to ensure all areas, including the soldier's barracks, detention cells, and kitchen, are consistently maintained. The schedule features a structured timeline, denoted by "X" markers, indicating when each task should be performed, highlighting a meticulous approach to managing these public spaces. The document serves to ensure cleanliness and upkeep of governmental properties, reflecting a commitment to maintaining historical integrity and public health within these facilities.
    The document outlines the Wage Determination No. 2015-5715 from the U.S. Department of Labor under the Service Contract Act (SCA). It establishes minimum wage rates for various occupational classifications applicable to contracts initiated post-January 30, 2022, ensuring compliance with Executive Order 14026, which mandates a minimum wage of at least $17.75 per hour for covered workers. Detailed wage rates and fringe benefits for numerous job roles across sectors such as administrative support, automotive services, food preparation, healthcare, and technology are provided, along with a comprehensive list of requirements for contractors regarding worker benefits, including health care, holiday pay, and vacation entitlements. The document also explains the conformance process for unlisted employee classifications under the Contract and offers guidance for contractors regarding wage compliance and employee rights, particularly in high-hazard jobs. The information reinforces the government's commitment to fair labor standards in federally contracted services, particularly within the context of RFPs and grants, by specifying compensation and benefits structures intended to protect workers in various industries.
    The document outlines responses to questions about solicitation 140P5425Q0016 Amendment 0001 for custodial services under a contract with the National Park Service. Key points include the provision of a storage area in the Custodial Room at the Guinea Company Warehouse and details on equipment supply; the government will provide essential tools and supplies, while contractors must supply personal protective equipment (PPE). Parking conditions are also addressed, with free parking available but contingent on cruise ship schedules. The contract is designed for 12 months but may be shortened based on funding, with adjusted service frequency reflecting a shift from daily to a 5-day workweek. Additionally, cleaning schedules for specific locations have been reduced. There is currently no incumbent contractor or disclosed contract value, and past performance may inform bidders of expectations. This document serves as a critical reference for potential contractors, ensuring they understand logistical, operational, and procedural requirements for fulfilling the custodial contract as per the outlined scope of work.
    The National Park Service (NPS) is seeking quotations for custodial services at the Christiansted National Historic Site, outlined in Request for Quote (RFQ) number 140P5425Q0016. The RFQ invites small businesses to submit their bids by April 30, 2025, for a one-year firm-fixed price contract with a potential early termination based on funding availability. Key deadlines include a site visit on April 22 and a deadline for questions by April 23. The proposal must include a comprehensive understanding of the services required, the proposed technical approach, and past performance on similar contracts without any active exclusions in the System for Award Management (SAM). Contractors are advised to follow specified procurement regulations, including pricing in accordance with federal codes and having necessary certifications to fulfill the requirements. The document emphasizes ensuring proposals are submitted timely, with requests for quotes sent via email. This RFQ represents the government’s effort to procure quality custodial services while adhering to federal procurement guidelines and promoting small business participation. The solicitation contains references to applicable federal regulations and emphasizes compliance with requirements for insurance and exceptional past performance as criteria for evaluation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    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.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Annual Landscaping Services
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for annual landscaping and grounds maintenance services at a U.S. Government property. The procurement requires vendors to be technically qualified and financially responsible, with specific requirements including SAM registration, NDAA compliance, and a Bahamian TIN for non-Bahamian companies. The services will encompass comprehensive lawn care, pruning, pest control, and hurricane preparations, with a mandatory site visit scheduled for December 2, 2025, and proposals due by January 6, 2026, at 3:00 PM. Interested vendors should contact Deana Nelson at NelsonDA@state.gov for further details and ensure compliance with extensive insurance and security requirements outlined in the solicitation documents.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.