Corvallis Forestry Sciences Lab Janitorial Services
ID: 1240BG25Q0035Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC NORTHWEST RESEARCH STATIONPORTLAND, OR, 97205, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for janitorial services at the Corvallis Forestry Sciences Laboratory in Oregon. The contract encompasses a base year from September 1, 2025, to August 31, 2026, with four additional one-year options, extending the potential service period until August 31, 2030. These services are crucial for maintaining a clean and professional environment within the 74,121 square foot facility, adhering to a detailed performance work statement and inspection checklist. Interested contractors must submit their quotes by August 22, 2025, at 3:00 PM PT, and are encouraged to attend a site visit scheduled for August 7, 2025, with RSVP required by August 6, 2025. For inquiries, contact Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Department of Agriculture (USDA) is seeking janitorial services for the PNW Corvallis Forestry Sciences Lab. The Performance Work Statement (PWS) outlines the requirements for maintaining a clean and professional facility. Key responsibilities include providing an on-site contract representative, ensuring employee competency and conduct, and adhering to strict schedules for weekly, monthly, and annual cleaning tasks. The contract specifies cleaning protocols for various areas, including lunchrooms and laboratories. The USDA will provide a master key, utilities, dumpster access, and consumables like toilet paper and garbage bags. All contractor employees must undergo a Tier 2 Background Investigation conducted by the USDA Forest Service, which includes online questionnaires, fingerprinting, and potentially travel for ID badge collection. Compliance with security requirements and timely responses to investigation prompts are mandatory to ensure facility access and contract continuation. The PWS emphasizes adherence to all federal regulations and policies.
    The US Department of Agriculture (USDA) is seeking janitorial services for the PNW Corvallis Forestry Sciences Lab. The contract's purpose is to maintain a clean and professional appearance for the 74,121 sq ft facility, adhering to a detailed inspection checklist with weekly, bi-weekly, monthly, and yearly tasks. The contractor must provide an on-site representative, ensure employee competency and conduct, and comply with all federal regulations. Work is scheduled for Mondays and Thursdays, with specific deadlines for weekly, monthly, and annual tasks, including floor stripping and waxing. The USDA will provide a master key, utilities, an on-site dumpster, and consumables. All contractor employees must undergo a Tier 2 Background Investigation conducted by the USDA Forest Service, including fingerprinting and a security questionnaire, to obtain building access and parking passes.
    The provided document is a janitorial inspection checklist for the Corvallis Forestry Sciences Lab, detailing cleaning frequencies and tasks for various areas. It outlines specific daily, weekly, monthly, and yearly cleaning requirements for restrooms, office areas, labs, kitchens, reception areas, hallways, conference rooms, mail rooms, entry/exits, elevators, and stairwells. Key tasks include sanitizing restrooms, emptying wastebaskets, dusting surfaces, mopping floors, and vacuuming carpets. Annual services, typically performed in December, involve stripping, waxing, and shampooing floors, with a note to coordinate with the Contracting Officer's Representative (COR) for scheduling. The checklist emphasizes the use of non-abrasive cleaners and green products in certain areas, ensuring a uniform and clean appearance throughout the facility.
    The document provides a detailed numerical and alphanumeric list, likely representing room or area designations within a facility, possibly for the purpose of a government Request for Proposal (RFP) related to services or modifications. The consistent inclusion of
    The document outlines a Request for Proposal (RFP) from the US Department of Agriculture (USDA) for janitorial services at the Corvallis Forestry Sciences Lab. The contract aims to maintain a clean and professional environment by adhering to established performance standards and schedules. Key responsibilities for the contractor include ensuring employee competency and conduct, managing equipment with care, and following security protocols, including background checks for all cleaning staff. Services are to be performed on designated weekdays, with specified tasks including regular cleaning of office and laboratory spaces. The contractor is also responsible for reporting any hazardous conditions. Government supplies such as cleaning materials and access to utilities will be provided. The structure of the statement includes sections on background, definitions, requirements, deliverables, and security, illustrating a comprehensive framework for service delivery in line with federal guidelines. The purpose of this document is to secure professional janitorial services to ensure the laboratory remains conducive to research and operational activities.
    The CFSL Janitorial Inspection Checklist outlines the cleaning and maintenance requirements for various facilities, including restrooms, office areas, kitchens, and communal spaces. Services are to be performed at specified frequencies: twice weekly, weekly, monthly, and yearly. Key tasks include cleaning and sanitizing bathrooms, emptying waste receptacles, dusting, vacuuming, and mopping floors with non-abrasive cleaners. Important yearly maintenance involves stripping and waxing hard surface floors and shampooing carpets to maintain a clean and uniform appearance. Coordination with the Contracting Officer’s Representative (COR) is necessary to schedule these services appropriately. The document reflects federal standards for facility maintenance and cleanliness, ensuring a sanitary work environment aligned with government protocols.
    The document outlines various building areas and services that are applicable to a maintenance or service request framework, likely related to government-funded projects. It categorizes numerous specific locations by identifying various room numbers and designations, some of which include non-service areas such as "Janitor Closet" and "Areas not Requiring Service." It lists a detailed inventory of room and roof designations, common in governmental Request for Proposals (RFPs) or grants that address facilities management. The structure appears to serve as a reference guide for determining which areas are included in service scopes for maintenance planning, while also highlighting locations that do not require regular service interventions. The document's format suggests its functionality in ensuring compliance with facility management protocols, supporting operational efficiency in government buildings or funded projects. It emphasizes the importance of systematic identification and classification of serviced areas in the context of federal and state or local regulations. Ultimately, the document serves to aid service providers in comprehending the extent of engagement required within specified facility locations during maintenance activities.
    The file appears to be a corrupted document with unintelligible content. Consequently, it lacks a coherent structure, main topic, or clear ideas to summarize. It primarily consists of symbols, fragmented sentences, and non-alphanumeric characters that do not convey meaningful information typically found in government RFPs, grants, or state/local documents. As such, it is impossible to extract key points or central themes. This document might have experienced data corruption or formatting issues, preventing any analysis or summary of its intended content and purpose. Without accessible information, it cannot serve its intended role in conveying government funding proposals or project requirements.
    This government Request for Proposal (RFP) (Solicitation Number: 1240BG25Q0035) from the USDA-FS CSA Northwest 5 outlines the requirement for janitorial services at the Corvallis Forestry Sciences Laboratory (CFSL) in Oregon. The contract includes a base year (09/01/2025 to 08/31/2026) and four one-year options, extending services until 08/31/2030. The services must adhere to Attachment 01 – Performance Work Statement CFSL Janitorial and Attachment 02 – Inspection Checklist CFSL Janitorial. A site visit is scheduled for August 7, 2025, with RSVPs required by August 6, 2025. Offers are due by August 22, 2025, 1500 PT. Evaluation criteria include past performance and price. The document details various FAR and AGAR clauses incorporated by reference and full text, covering aspects such as payment, disputes, termination, and required insurance coverages (Workers Compensation, General Liability, Automobile Liability, and Aircraft Public and Passenger Liability if applicable). Contractors must be registered in the System for Award Management (SAM) and submit a completed SF-1449, acknowledgment of amendments, and a price schedule. Questions should be directed to Ricky McLellan.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Corvallis Forestry Sciences Laboratory (CFSL). It specifies a base year of service from September 1, 2025, to August 31, 2026, with options for four additional years. The contractor must provide janitorial services as per the provided Performance Work Statement and Inspection Checklist. The RFP includes details such as submission requirements for offers, the evaluation criteria focusing on past performance and price, and guidelines for site visits. It emphasizes compliance with federal regulations, including insurance requirements, payment terms, and rights related to disputes. The submission of quotes must include specific documentation to validate past experiences and pricing. The government retains the right to terminate the contract for convenience. The site visit is scheduled for August 7, 2025, with an RSVP required. Overall, the document serves to facilitate the acquisition of necessary commercial janitorial services, ensuring cleanliness and maintenance at the laboratory, while aligning with federal procurement practices.
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    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.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    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.
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    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.
    Klamath Falls OR - 2 Year Extension
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking to extend a lease for office space in Klamath Falls, Oregon, for an additional two years. This extension is necessary to prevent the lease from entering a holdover status while the government develops a long-term plan for its office needs. The leased office space is crucial for the ongoing operations of the Klamath National Forest, ensuring that the necessary administrative functions can continue without interruption. Interested parties can reach out to Angela Drudik at angela.drudik@usda.gov for further details regarding this opportunity.
    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.