Baldwin Janitorial contract
ID: 12444525Q0007Type: Solicitation
AwardedJun 4, 2025
$62.4K$62,391
AwardeeSuperior Image Cleaning Services, LLC Tustin MI 49688 USA
Award #:12444525P0022
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    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.
    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.
    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.
    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.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.