FL-ARTHUR R MARSHALL LOXAHATCHEE NWR - Janitorial
ID: 140FS325Q0099Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, 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 the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for janitorial services at the Arthur R. Marshall Loxahatchee National Wildlife Refuge in Boynton Beach, Florida. The contract, which is a total small business set-aside, requires the contractor to maintain clean and sanitary conditions across multiple facilities, including offices, visitor centers, and restrooms, over a base year and four option years. This procurement is crucial for ensuring a safe and welcoming environment for visitors and staff, with an emphasis on eco-friendly practices and compliance with federal regulations. Interested bidders must submit their quotations by July 25, 2025, and are encouraged to contact Merenica Banks at merenica_banks@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Attachment 1 Performance Work Statement (PWS) outlines the requirements for janitorial services at the Arthur R. Marshall Loxahatchee National Wildlife Refuge in Boynton Beach, Florida. This non-personnel services contract stipulates that the contractor is responsible for all personnel, equipment, and supplies needed to maintain clean and sanitary conditions across multiple facilities, including offices, visitor centers, and restrooms, over a base year and four potential option years. Key objectives of the contract include ensuring a safe environment for visitors and staff by implementing regular cleaning tasks such as trash removal, floor maintenance, and restroom sanitization. The contractor must implement a quality control program to meet performance standards monitored by government representatives. Services are scheduled primarily on weekdays, excluding federal holidays, and specific tasks are detailed for each facility. The contractor is responsible for utilizing eco-friendly products and adhering to government guidelines for safety and security. Key personnel must be identified, and regular meetings with government officials ensure performance issues are addressed. The contract will be awarded on a firm fixed-price basis, emphasizing budgetary constraints and compliance with federal regulations.
    The document pertains to Request for Quotation (RFQ) No. 140FS325Q0099 for janitorial services at the Loxahatchee National Wildlife Refuge, due on July 25, 2025. It outlines a pricing schedule for various fiscal years, including options for four consecutive years, each specifying a unit price per month and total price for janitorial services offered in the respective year. Key elements include the requirement for bidders to incorporate all labor, materials, and adjustments for economic pricing in their proposals. Additionally, it necessitates the provision of the company’s name, representative details, and SAMS Unique Entity ID number. This RFQ highlights the government's intent to procure comprehensive janitorial services, emphasizing clarity and competitiveness in bid submissions while ensuring compliance with relevant regulations and budgeting considerations.
    The document outlines an unspecified federal or state/local government Request for Proposals (RFP) or grant application process. It indicates a structure aimed at soliciting bids or proposals from potential applicants in various sectors. Key elements emphasized within the document include the importance of following established guidelines, the necessity for compliance with safety standards, and the significance of effectively addressing potential environmental hazards. The primary focus appears to be on managing applications that meet specified criteria while ensuring adherence to regulatory frameworks. Essential components might include mechanisms for evaluating bids, highlighting required documents, and stipulating deadlines. Throughout the text, there is an emphasis on proactive communication, collaborative efforts, and engagement with stakeholders to facilitate project execution and compliance. Given the context of federal grants and state/local RFPs, this document serves as a crucial resource for applicants, outlining expectations and protocols required to successfully navigate the bidding process. It underscores the government's commitment to accountability and transparency in how funds are allocated and projects are managed.
    The document is an attachment for RFQ/Solicitation #140FS325Q0099, focused on collecting past experience and references from bidders. It requires bidders to provide details on their relevant experience through a standardized form that includes information on up to four contracts of similar size and complexity to the project specified in the solicitation. Each entry must detail the type of work, total contract value, agency or firm served, a contact person, and a brief description of duties, along with associated dates. It emphasizes the importance of past performance as a criterion for selection. Bidders are instructed to submit this information via email to a specified address by the due date outlined in the solicitation. Overall, the document underscores the necessity of providing substantial evidence of past relevant work to be considered for the contract in question, aligning with typical government procurement practices.
    The document pertains to the amendment of a solicitation for janitorial services at the Arthur R. Marshall Loxahatchee National Wildlife Refuge (NWR) in Florida. It outlines essential details regarding the contractor's responsibilities, including cleaning services for multiple facilities such as the Visitor Center and Headquarters. The purpose of this amendment is to provide clarifications on critical questions regarding the solicitation. Key points include that site visits are mandatory and scheduled from July 16 to July 25, 2025, with the point of contact being Andres Molina. The document also confirms the existence of an incumbent vendor currently performing related services without a formal contract. Additionally, the amendment offers information about the square footage of various locations that require cleaning, establishing a clearer understanding of the scope for bidding contractors. The document emphasizes the importance of acknowledging receipt of the amendment and adhering to specified deadlines for inquiries and proposal submissions, reiterating that all other terms remain unchanged. This reflects the structured process of federal contracting to ensure transparent and competitive bidding for government services.
    This document is a Request for Quotation (RFQ) issued by the Federal Government for janitorial services at the Arthur R. Marshall Loxahatchee National Wildlife Refuge in Florida. The RFQ is set as a total small business set-aside, with a focus on soliciting quotes from small businesses that comply with the North American Industry Classification System (NAICS) code 561720 for Janitorial Services. The contractor is tasked with providing cleaning services for multiple facilities, including visitor centers and restrooms, from June 30, 2025, to June 30, 2026. Quotations must be submitted by July 25, 2025, with a mandatory site visit scheduled beforehand. The evaluation criteria include the lowest price offer conforming to technical specifications and the contractor's past performance. Relevant documentation, including certifications and proof of prior related work, is required. The RFQ reinforces that submission of quotations does not constitute an obligation for contract award and emphasizes compliance with various regulations outlined in the FAR (Federal Acquisition Regulation). Overall, the document details the procedural requirements for bidding on federal contracts and underscores the government’s commitment to utilizing small businesses for service contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.