Baldwin Janitorial contract
ID: 12444525Q0007Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 6Atlanta, GA, 303092449, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 2:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Baldwin Ranger District in Michigan. The contract will cover a base period plus four additional years, requiring the contractor to supply all necessary labor, materials, tools, equipment, permits, transportation, and insurance to perform janitorial tasks outside of regular business hours. These services are crucial for maintaining cleanliness and hygiene in federal facilities, ensuring minimal disruption to operations while adhering to environmental standards. Interested small businesses must submit their proposals in accordance with FAR Part 12, 13, and 19, and can contact Reuben Ntreh at Reuben.Ntreh@usda.gov for further details.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
This Performance Work Statement outlines the responsibilities of a Contractor providing janitorial services for federal properties. The Contractor must develop an approved Custodial Work Schedule Plan, ensuring compliance with quality standards and timely notification of schedule changes. Daily and weekly cleaning tasks are specified, focusing on minimal disruption to government operations. Security protocols require background checks for employees accessing premises, adherence to identity verification procedures, and strict key control measures. The plan emphasizes the use of environmentally friendly products and biobased materials, aligning with federal regulations. The document details the protocol for cleaning various surfaces and environments, including offices, bathrooms, and kitchens, while stipulating performance standards and assessment methods to ensure quality control. The Contractor must maintain safety protocols to protect personnel and property, report hazardous conditions, and develop a job-specific Safety Plan. The QASP facilitates monitoring of contractor performance to ensure compliance with contract terms. Overall, it addresses the essential requirements for delivering effective custodial services within federal facilities, maintaining environmental considerations, and ensuring worker safety and security.
Apr 11, 2025, 3:13 PM UTC
The COR Inspection Quality Assurance Checklist provides a structured framework for evaluating basic cleaning and maintenance services within various settings. The checklist encompasses multiple categories including basic cleaning services (e.g., maintaining floors, vacuuming carpets, trash removal), restroom cleaning services (e.g., disinfecting surfaces, stocking supplies), and specific tasks for break/conference room cleaning. It also outlines periodic services such as annual window cleaning and sanitizing trash cans. A critical component is the Quality Control Plan, ensuring contractor adherence to standards. The document requires both contractor and Contracting Officer Representatives (COR) to sign and date to validate compliance. Overall, this checklist serves as a quality assurance tool to maintain cleanliness and hygiene in public facilities, aligning with best practices in government procurement and contract management.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Biobased/Sustainable Plan for contractors submitting proposals in response to a Request for Proposals (RFP) from the U.S. Forest Service, specifically for the Mark Twain National Forest. It provides a structured format for offerors to organize their technical responses, although it notes that this format is optional. The plan highlights various product categories that the contractors may need to address, including all-purpose cleaners, degreasers, industrial cleaners, disinfectant sanitizers, and biobased office products. Additionally, it requires contractors to supply information such as their name, Universal Entity Identifier (UEI) number, point of contact, and email address. The emphasis on biobased and sustainable products aligns with federal procurement objectives aimed at promoting environmental sustainability and reducing reliance on non-renewable resources. This RFP is part of broader efforts by federal agencies to incorporate sustainable practices into their operations and procurement strategies.
Apr 11, 2025, 3:13 PM UTC
The USDA Forest Service's Experience Questionnaire seeks detailed information from contractors submitting proposals for federal projects. The document collects essential data on the contractor's identity, experience, project history, current commitments, and resources available for the project. Key components include inquiries about the contractor’s business structure, years of related experience, completed projects with relevant details, and information on ongoing contracts. The questionnaire further requires a list of equipment planned for use, safety procedures, and self-inspection practices to ensure quality. Additionally, contractors must certify the accuracy of their statements and may provide supplementary remarks as necessary. This document aligns with the federal contracting process, where thorough vetting of contractor capacity and project readiness is critical for successful project execution.
Apr 11, 2025, 3:13 PM UTC
The document pertains to federal and state RFPs and grants, focusing on their purpose, structure, and requirements for potential applicants. It outlines the types of projects eligible for funding, which include infrastructure improvements, community services, and environmental initiatives. The file emphasizes the necessity for organizations to follow specific guidelines while submitting proposals, including adherence to federal and state regulations. Applicants are encouraged to provide detailed project descriptions, budgets, and timelines to demonstrate feasibility and alignment with funding objectives. Additionally, the document discusses the evaluation criteria that will be used to assess proposals, such as impact, sustainability, and innovation. It highlights the importance of collaboration and community engagement in project planning and execution to maximize benefits. The overall aim is to facilitate funding opportunities that support diverse initiatives across various sectors, fostering growth and development at local and national levels. The guidelines ensure a systematic approach to funding allocation, ultimately contributing to effective governance and community enhancement.
Apr 11, 2025, 3:13 PM UTC
The document appears to be a fragmented compilation related to government Requests for Proposals (RFPs) and grants at federal, state, and local levels, focusing primarily on funding opportunities for various projects. It illustrates the structured yet complex nature of government funding solicitations, emphasizing the need for applicants to provide detailed proposals that meet specific criteria established by funding agencies. Key elements include guidelines for proposal submissions, descriptions of eligible projects, evaluation criteria, and funding allocations. The text suggests various projects may include public health, infrastructure improvements, environmental remediation, and community development initiatives, catering to the diverse needs of government sectors. It outlines the importance of compliance with regulations and often highlights the need for partnerships or collaboration in project execution. Despite the disjointed presentation, the overall purpose is clear: to inform potential contractors and grant seekers of available funding mechanisms and the requirements for successfully securing financial support from governmental agencies. The document serves as an essential resource for organizations seeking to engage in federally and locally funded projects, ensuring they align their proposals with government standards and expectations.
Apr 11, 2025, 3:13 PM UTC
The document appears to be a compilation of information related to various government Request for Proposals (RFPs) and grants at both federal and state/local levels. It outlines procedures for submitting proposals, eligibility criteria, funding opportunities, and the importance of compliance with specific guidelines set forth by government agencies. Essential topics include the submission of electronic documents, deadlines, qualification assessments of vendors, and the evaluation of proposals based on predetermined criteria. Key points encompass the emphasis on transparency, competitive bidding, and adherence to budget constraints for funded projects. It also highlights the need for collaboration among various stakeholders, including local government agencies, non-profits, and businesses, ensuring that awarded proposals meet the community's needs effectively. With a focus on developing and enhancing public services, the document underscores the government's commitment to promoting efficient resource allocation while ensuring that awarded projects align with strategic community development goals. The essence of this file reflects its functional role in guiding applicants through the intricacies of federal and state funding processes, ultimately facilitating impactful project implementation.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Washburn Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Washburn Ranger District in Wisconsin. The contract will cover a performance period from April 1, 2025, to March 31, 2026, with options for two additional extension years, ensuring the maintenance of cleanliness and hygiene in government facilities. This procurement is vital for operational efficiency and compliance with federal standards, as it supports the agency's commitment to providing a sanitary environment for its employees. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Virginia Vanalstine or Nicolaus Reep via their provided email addresses.
Janitorial Services, Chequamegon Nicolet NF SO
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Chequamegon-Nicolet National Forest's Rhinelander Administrative Office in Wisconsin. The contract encompasses cleaning a one-story office building of approximately 18,694 square feet, with services required on a defined schedule that includes daily, weekly, monthly, and annual tasks, all while adhering to stringent quality and sanitation standards. This procurement emphasizes the use of environmentally sustainable janitorial supplies that meet BioPreferred requirements, reflecting the federal commitment to reducing environmental impact and promoting public health. Interested vendors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shad Stoddard at shad.stoddard@usda.gov.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
Umpqua NF, Tiller Ranger District Janitorial Services
Buyer not available
The U.S. Department of Agriculture, through the Umpqua National Forest, is seeking qualified small businesses to provide janitorial services for the Tiller Ranger District in Oregon. The contract encompasses comprehensive cleaning services for two buildings, including weekly, monthly, and semiannual tasks, with a focus on maintaining cleanliness and safety in federal facilities. This procurement is a Total Small Business Set-Aside, with a firm-fixed price contract structure that includes a base period of 12 months and four optional renewal periods, starting from April 30, 2026. Interested vendors must submit their quotes by April 17, 2025, and can contact Paula S. Winningham at paula.winningham@usda.gov for further details.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
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 stephanielong@fws.gov or by phone at 404-679-4059.
Janitorial Services Needed at the Bedford, Indiana Hoosier N.F. Office
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for janitorial services at the Hoosier National Forest Office located in Bedford, Indiana. The contract will encompass a range of cleaning services, including carpet cleaning, floor maintenance, trash removal, and sanitation across approximately 10,965 square feet of office space, with a base period from June 16, 2025, to June 14, 2026, and the potential for four additional option years. This procurement is critical for maintaining a clean and safe environment for both staff and visitors, emphasizing the use of environmentally friendly cleaning products and adherence to federal labor standards. Interested vendors must register with the System for Award Management (SAM) and submit their proposals by the specified deadline, with inquiries directed to Contract Specialist Michael J. Wheelock at Michael.Wheelock@usda.gov.
Tell City, Indiana Janitorial Services needed on the Hoosier N.F.
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for janitorial services at the Hoosier National Forest Offices located in Tell City, Indiana. The procurement encompasses a range of cleaning services, including carpet cleaning, restroom sanitation, and trash removal, to be performed three times a week, primarily outside of normal business hours, with a focus on maintaining high cleanliness standards and environmental sustainability. This contract is set for a base period from August 1, 2025, to July 31, 2026, with the possibility of four additional option years, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. Proposals are due by the specified deadline, and inquiries can be directed to Jordan Wheelock at Michael.Wheelock@usda.gov.
Idaho Panhandle National Forests, Coeur d’Alene Nursery – Janitorial Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Coeur d’Alene Nursery, located within the Idaho Panhandle National Forests. The contract, which spans five years starting from May 1, 2025, includes the maintenance of cleanliness across three federally-owned buildings: the Nursery Main Office, Seed Extractory, and Greenhouse, with services encompassing routine cleaning, carpet maintenance, and periodic deep-cleaning tasks. This procurement emphasizes the use of Biobased products and adherence to federal regulations, ensuring sanitary conditions that align with environmental guidelines. Interested contractors should contact Christina Graves at christina.graves@usda.gov for further details and to participate in the proposal process.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.
Janitorial Services at the Isabella Resident Office
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified contractors for janitorial services at the Isabella Resident Office located in Lake Isabella, California. The contractor will be responsible for providing all necessary labor, equipment, and supplies to maintain approximately 3,600 square feet of office space and a maintenance shop locker room, with services required twice a week and additional window cleaning twice annually. This procurement is part of the government's initiative to ensure cleanliness and operational efficiency at federal facilities, with a total contract value of $19,500,000 and a performance period from May 1, 2025, to April 30, 2026. Interested vendors should contact Mary Noonan at mary.m.noonan@usace.army.mil or 916-557-7599 for further information, and must submit any questions by April 1, 2025, prior to the scheduled site visit on March 24, 2025.