Janitorial Services-Lewis and Clark Interpretive Center
ID: 1284LM25Q0047Type: Combined Synopsis/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 proposals for janitorial services at the Lewis and Clark National Historic Trail Interpretive Center in Great Falls, Montana. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain high hygiene standards due to the facility's significant visitor traffic. The contract period spans from August 1, 2025, to July 31, 2026, with options to extend through 2030, and all proposals must be submitted by August 7, 2025, to Sarah Cotton at sarah.cotton@usda.gov. Interested vendors are encouraged to attend an open house site visit on June 25, 2025, and must comply with federal regulations regarding wage determinations and quality assurance standards.

    Point(s) of Contact
    COTTON, SARAH W
    sarah.cotton@usda.gov
    Files
    Title
    Posted
    The solicitation seeks proposals for janitorial and custodial services for the Lewis and Clark National Historic Trail Interpretive Center, with all bids required from small businesses. Interested contractors must submit their offers by July 11, 2025, to Sarah Cotton via email. A site visit is scheduled for June 25, 2025. The contract spans from August 1, 2025, to July 31, 2026, with option years extending through 2030. Key evaluation criteria for proposals include price, past performance, quality inspection plans, and experience in managing janitorial contracts. Contractors must be registered in the System for Award Management and provide detailed technical and price proposals. Various federal regulations and clauses related to ethical conduct, service standards, and labor laws are applicable to the contract. The solicitation prioritizes small business participation, aiming to ensure quality custodial services while adhering to budgetary and compliance regulations.
    The document is an amendment to a solicitation (No. 1284LM25Q0047) issued by the USDA Forest Service, primarily concerning a contract modification. It outlines significant updates to the statement of work, including a revised map layout and an extension of the period of performance from September 1, 2025, to August 31, 2030. The amendment also changes the due date for submitting offers to August 7, 2025, at 5:00 PM MST. Potential bidders are required to acknowledge receipt of this amendment and are informed of an open house site visit scheduled for June 25, 2025. The document emphasizes the necessity of submitting offers and questions by specified deadlines to avoid rejection. It also includes references to attached documents, such as updated statements of work and a government quality assurance plan for custodial services, which are relevant for interpreting the solicitation’s requirements. This amendment reflects the USDA's efforts to facilitate contractor participation in the bidding process while ensuring clarity and compliance with federal regulations.
    The Government Quality Assurance Surveillance Plan (QASP) outlines the framework for assessing contractor performance in custodial services for federal facilities. It emphasizes that the contractor is accountable for management and quality control, while the government's role is to ensure adherence to contract standards. A central objective is to maintain high cleanliness levels, defined by performance thresholds that allow no more than five complaints per month. The contractor must establish a Quality Control Plan for routine inspections and timely corrections of unacceptable services, with procedures for logging and addressing complaints promptly. If complaints exceed the threshold, financial penalties may apply. The QASP serves as a systematic approach to ensure service quality in custodial functions through rigorous monitoring and corrective measures, reinforcing the government's commitment to maintaining standards in its facilities.
    The USDA's Statement of Work outlines a janitorial services contract for the Lewis and Clark Interpretive Center (LCIC) in Great Falls, Montana. The contractor is responsible for providing comprehensive cleaning services to maintain the facility's hygiene and professional appearance, which includes interior offices, public spaces, and external areas. The contract emphasizes high standards of cleanliness due to the facility's high visitor traffic, especially for vulnerable populations. Key requirements include using biobased products, ensuring security of government property, and adhering to a performance-based service model with defined quality control measures. Regular service schedules are specified, along with detailed expectations for daily, weekly, and biannual cleaning tasks. The contractor must also perform employee background checks and complete mandatory training for those with routine access to federally controlled facilities. The document highlights the USDA's commitment to maintaining a clean, safe, and secure environment for both visitors and staff at this historic site.
    The Lewis and Clark Interpretive Center outlines the cleaning requirements for its facilities. It specifies that cleaning will occur five times daily from May 1 to September 30, and three times weekly from October 1 to April 30, taking place between 5 pm and 7 am. The center also provides a schedule of special functions that may impact this cleaning routine. Areas designated for stripping and waxing include the break room, staff bathroom, facility kitchen, and low-level restrooms. Additionally, the center will provide a storage closet for janitorial equipment and supplies. This information is integral for potential vendors to understand the expectations and logistical considerations for cleaning services within the facility context, as outlined in government RFP guidelines.
    The USDA is soliciting proposals for janitorial services at the Lewis and Clark National Historic Trail Interpretive Center (LCNHTIC) in Great Falls, Montana. The contract aims to maintain cleanliness and hygiene throughout the facility, which encompasses approximately 17,100 square feet and includes various public and staff areas. Contractors are required to provide all necessary management, labor, and cleaning materials, emphasizing the use of biobased products in compliance with federal regulations. Key responsibilities involve ensuring cleanliness in high-traffic areas, restrooms, and public spaces while maintaining safety standards. Performance will be assessed based on detailed metrics for hygiene and cleanliness, necessitating regular inspections and a quality control plan. The contract requires a performance-based approach, ensuring contractors deliver on stipulated service levels or face payment adjustments. There are strict security requirements, including background checks for contractor employees and safeguarding government property. The contract period is specified, with service frequency varying seasonally. This initiative underscores the USDA's commitment to ensuring a sanitary environment for visitors while supporting sustainable practices through the use of environmentally friendly cleaning products.
    This document is a wage determination under the Service Contract Act, issued by the U.S. Department of Labor, detailing minimum wage and fringe benefits for various occupations in Cascade County, Montana. It outlines that any federal contracts signed or renewed after January 30, 2022, must pay workers at least $17.75 per hour as per Executive Order 14026. If awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30. Various occupations are listed with their corresponding wage rates, indicating the required compensation for roles ranging from administrative support to healthcare positions. Additionally, the document emphasizes obligations regarding paid sick leave under Executive Order 13706, ensuring employees receive sufficient health benefits. It also specifies benefits such as health and welfare payouts, vacation entitlement, and holiday pay. Key processes regarding the classification of unlisted occupations and compliance with wage standards are outlined, mandating contractors to adhere to established wage rates and reporting standards. The purpose revolves around ensuring fair compensation in federally contracted jobs, a vital aspect of compliance in government RFPs and grants.
    The document outlines the technical specifications for janitorial services at the LCNHTIC, starting on May 1st and operating daily until September 30th, followed by a reduced schedule of three times weekly until April 30th. Services must not interfere with government operations and require pre-approved schedules. Key performance criteria include hygiene, cleanliness, safety, and sanitation due to high visitor traffic, especially vulnerable populations. Specific cleaning standards address areas such as restrooms, carpets, glass, and furnishings, with a focus on avoiding surface damage and ensuring thorough sanitation. Daily, weekly, monthly, and biannual tasks are clearly specified, including carpet maintenance, sanitizing restrooms, and polishing surfaces. The aim is to maintain high cleanliness standards akin to those in a quality museum or art gallery, ensuring a safe and welcoming environment for visitors. This document serves as part of federal RFP processes, emphasizing the government’s commitment to facility upkeep and visitor health.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    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.
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking 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 septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    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.
    Sandia RD Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.