Comanche National Grassland Carrizo Unit Janitorial
ID: 1240LP26Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPike and San Isabel National ForestPUEBLO, CO, 81008, 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 contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Comanche National Grassland Carrizo Unit is seeking janitorial services under Solicitation Number 1240LP26Q0011. This firm-fixed price requirements contract will consist of a one-year base period and four one-year option periods, with a total duration not exceeding five years and six months. One award will be made, and contractors must submit pricing for all items, including potential six-month extensions, for evaluation. Proposals will be assessed based on price, technical acceptability, and past performance, with award going to the lowest-priced, technically acceptable offer with acceptable or neutral past performance. Offerors must provide a detailed explanation of their ability to perform services, including key personnel (primary janitor with 6 months experience and On-Site Quality Control Manager), a Quality Control Plan, and a list of Bio-Based products. Questions are due by December 15, 2025, at 10:00 AM Mountain Time to stephen.holly@usda.gov. Offerors must have an active System for Award Management (SAM) registration and comply with various FAR and AGAR clauses.
    This government Performance Work Statement outlines janitorial services for the Comanche National Grassland Office, a 5,610 sq ft facility. The contractor must provide management, supervision, personnel, equipment, and supplies for tasks including cleaning carpets, non-carpeted floors, restrooms, kitchens, and removing trash. Services are required once a weekday, between Monday 8:00 AM and Friday 4:30 PM, excluding federal holidays. Key requirements include professional conduct, a designated on-site supervisor, a full-time point of contact, a Quality Control Program, and an Operating Plan. The government provides toilet paper, paper towels, hand soap, and trashcan liners. The contractor is responsible for other supplies and is encouraged to use USDA-designated biobased products. Security measures, background checks for personnel, and specific performance standards with disincentives for non-compliance are also detailed, covering floors, windows, furniture, bathrooms, trash removal, and exterior areas.
    This document outlines the Independent Government Estimate (IGE) process and provides a schedule of items for a janitorial services contract for the Comanche National Grassland. The IGE is used to determine procurement value and assess price reasonableness, requiring an independent estimate that aligns with contractor pricing formats. The contract, titled "CON COM Comanche Janitorial Contract," is anticipated to be a firm fixed-price award with a base year from January 1, 2026, to December 31, 2026, and four one-year option periods extending through December 31, 2030. Services include weekly, monthly, semi-annual, and annual janitorial tasks, with specified quantities per year for each period of performance.
    This government file, Wage Determination No. 2015-5433, Revision No. 30, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract workers in specific Colorado counties. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document lists numerous occupations, from administrative to technical, with their respective hourly rates. It also specifies benefits such as health and welfare, vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay, and uniform allowances are included. The conformance process for unlisted job classifications is thoroughly described, emphasizing proper classification and wage rate determination.
    The Quality Assurance Surveillance Plan (QASP) for the Comanche Janitorial Contract outlines the government's approach to monitoring contractor performance for janitorial services. Its purpose is to ensure the contractor, Steve Holly, meets or exceeds contract terms by establishing procedures for assessment and inspection. The QASP details what will be monitored, how, by whom, and how results will be documented. It is a living document, not part of the contract, and emphasizes early identification and resolution of performance issues. Authority for this QASP is derived from Part 46 of the Federal Acquisition Regulation. Key roles include the Program/Project Manager, Contracting Officer (Stephen Holly), and the Contracting Officer's Representative (COR), who uses the QASP for continuous technical oversight and performance documentation. Surveillance methods include random and periodic sampling, with performance ratings defined by FAR 42.1503 Table 42-1. A Surveillance Matrix (Appendix 1) details performance objectives, standards, and surveillance frequencies, with disincentives for failing to meet minimum acceptable levels for tasks like floor cleaning, window cleaning, and trash removal. Reporting includes Corrective Action Reports, Customer Complaint Forms, and Performance Assessment Reports.
    This document outlines federal requirements for sustainable product procurement, focusing on bio-based, energy-efficient, and EPA-designated items. Program officials must identify contract needs and consider biobased alternatives, conducting market research for availability and cost. Contractors are mandated to use ENERGY STAR® or FEMP-designated energy-consuming products. Additionally, contracts require maximum use of EPA-designated items with recovered materials, provided they meet competitive pricing, timeframe, and performance requirements. The document lists bio-preferred cleaning products relevant to the Comanche National Grassland Carrizo Unit Janitorial Contract and provides links to resources for further information on sustainable products.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Sandia RD Janitorial
    Agriculture, Department Of
    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.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Agriculture, Department Of
    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.
    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.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    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 North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.