S-Janitorial Services for Redmond Air Center (RAC)
ID: 1240BE25Q0041Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, 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 Redmond Air Center (RAC) in Oregon. The contract encompasses comprehensive cleaning services for 11 buildings, totaling approximately 41,500 square feet, including offices, training rooms, kitchens, and dormitories, with additional responsibilities such as carpet cleaning and window washing scheduled semi-annually. This procurement is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the contract is set to commence on June 1, 2025, with a performance period extending to May 31, 2030. Interested vendors must submit their proposals electronically by May 22, 2025, and can contact Matthew Stephens at matthew.stephens@usda.gov or Damian Lunetta at damian.lunetta@usda.gov for further information.

    Files
    Title
    Posted
    This document serves as a solicitation for proposals for janitorial services at the Redmond Air Center, issued by the USDA Forest Service. The primary focus is on acquiring custodial and housekeeping services through a Request for Proposal (RFP) format. The acquisition involves a base period and several option periods, spanning from June 1, 2025, to May 31, 2030. Key details include the locations for service delivery in Portland, Oregon, and the requirement for service-disabled veteran-owned and small businesses, as well as unrestricted participation from other entities. Payment terms and invoicing details are provided, along with references to the applicable Federal Acquisition Regulations (FAR). Notably, the proposal also emphasizes compliance with the Defense Priorities and Allocations System (DPAS). The document outlines the structure for responding to the solicitation, including requirements for completing specific blocks and the mandatory return of signed documents to the issuing authority for acceptance. Overall, this solicitation facilitates government procurement in alignment with federal guidelines, while also encouraging participation from specific business categories.
    The document is a Federal Government Request for Quotation (RFQ) for janitorial services at the Deschutes National Forest's Redmond Air Center in Oregon. The primary objective is to establish a Firm Fixed Price service contract commencing on June 1, 2025, with a base period of 12 months and up to four optional extensions. The procurement is designated as a Total Small Business Set-Aside, meaning only small businesses are eligible to submit offers. The NAICS code for this procurement is 561720, which relates to janitorial services. The contractor is required to provide all necessary labor, materials, and equipment to execute janitorial services, as outlined in the Performance Work Statement (PWS). Detailed pricing for multiple service tasks, such as routine cleaning and special services like carpet cleaning and window washing, is included in the solicitation. Offerors must submit their proposals electronically by May 22, 2025. Emphasis is placed on past performance and technical capability in evaluating offers. The RFQ process aims to ensure competitive pricing while adhering to federal procurement regulations and standards, reflecting a commitment to small business participation in government contracts.
    The document focuses on a detailed site plan for various facilities located at the Redmond Air Center within the Deschutes National Forest. It outlines key site features such as structures, walkways, and property boundaries, indicating specific buildings like barracks, a pumphouse, and operational buildings, with a scale of 1" = 400'. The plan is essential for planning and evaluating potential Federal RFPs and grants aimed at enhancing infrastructure and operational effectiveness within the federal context. By detailing building functions, the document serves as a foundational element for understanding site utilization and subsequent funding opportunities, ensuring compliance with federal guidelines and facilitating efficient project execution.
    The Performance Work Statement (PWS) outlines the requirements for janitorial services at the Redmond Air Center, Oregon, operated by the USDA. The contract encompasses non-personal services, including the cleaning of 11 buildings and approximately 41,500 square feet of diverse facilities, such as offices, training rooms, kitchens, and dormitories. Key tasks include regular cleaning, linen services for dormitories, semi-annual carpet cleaning, floor maintenance, and scheduled window washing. The contractor must provide all necessary equipment and supplies, adhering to environmental standards by utilizing bio-based materials. The period of performance spans from June 1, 2025, to May 31, 2030. Specific performance measures and quality control are outlined, with a focus on maintaining cleanliness and efficiency, while ensuring compliance with operational standards. The document further details service schedules, contractor responsibilities, and safety protocols, emphasizing preparation and response during emergency operations. The PWS functions as a comprehensive guideline for contractors bidding on the janitorial services, ensuring alignment with government regulations and service quality expectations.
    The Quality Assurance Surveillance Plan (QASP) for janitorial services at the Redmond Air Center, managed by the USDA, outlines essential procedures to ensure contractors meet specified performance standards. The QASP's primary purpose is to evaluate contractor performance against these standards, as articulated in the Performance Work Statement (PWS). Responsibilities are clearly defined, distinguishing between contractor accountability and government oversight, which is particularly focused on the roles of the Contracting Officer (CO) and the Contracting Officer Representative (COR). The document describes methods for assessing service quality, including performance standards and Acceptable Quality Levels (AQLs), and details consequences for underperformance. The plan allows for varying levels of surveillance based on performance, with periodic inspections and random observations facilitating ongoing evaluation. The potential for revision highlights the adaptive nature of the QASP, enabling adjustments to improve contractor performance and ensure adherence to contract requirements. Overall, the QASP serves as a comprehensive framework for maintaining quality in federally contracted services, demonstrating the USDA's commitment to effective service delivery in public sector contracts.
    The document outlines a site map for RAC Janitorial services, emphasizing the layout and specifications of a kitchen area measuring 85 square feet. It includes a series of numbered entries, likely denoting specific features or sections of the janitorial service areas, although details on other sections are not provided in the excerpt. The site map appears to be part of a broader request for proposals (RFPs) or grants related to janitorial services, which could pertain to federal, state, or local government initiatives. The main purpose of this document is to provide a visual and descriptive representation of the space for potential vendors, ensuring clarity in expectations for service provision. Overall, the file emphasizes the importance of organized presentation and accurate spatial information in the context of seeking proposals for janitorial services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    US Forest Service Shared Stewardship Workshop Facilitation
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking proposals from small businesses to facilitate Shared Stewardship workshops aimed at enhancing active forest management and strengthening partnerships, in alignment with Executive Order 14225. The contractor will be responsible for managing and facilitating a series of one-day hybrid workshops, initially focused in Region 6, with potential for additional sessions nationwide based on demand and funding. These workshops are crucial for fostering collaboration among federal, state, tribal, and local partners to improve forest health and community resilience. Proposals are due by December 9, 2025, at 4:30 PM PST, with the contract period running from January 5, 2026, to September 30, 2026. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for further information.
    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.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    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.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Buyer not available
    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.
    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.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.