Wayne National Forest - Ironton Ranger District Janitorial Services
ID: 12444325Q0047Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEWAYNE NATIONAL FORESTNELSONVILLE, OH, 45764, 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 proposals for janitorial services at the Wayne National Forest's Ironton Ranger District in Pedro, Ohio. The contract requires the selected contractor to provide comprehensive cleaning services three times a week, ensuring the maintenance of approximately 5,810.5 square feet of cleanable area, while adhering to specific operational hours and using environmentally friendly products. This procurement is crucial for maintaining a clean and safe environment within the national forest facilities, with the contract period set from September 7, 2025, to September 6, 2026. Interested vendors must ensure their SAM registration is current and submit their proposals, including technical and price components, by the specified deadlines; for further inquiries, contact Ashley Stoltzfus at Ashley.Stoltzfus@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the solicitation for janitorial services at the Ironton Ranger District Office located within the Wayne National Forest. The primary purpose is to invite offers from vendors to provide monthly janitorial services for one year, occurring three times a week. Interested vendors must ensure their SAM registration is current and submit offers including a technical proposal, price proposal, and relevant certifications. Key requirements include outlining past performance on similar projects, detailing technical capabilities and personnel qualifications. An active System for Award Management (SAM) registration is necessary for participation. The evaluation criterion focuses on past performance and technical capabilities, with these factors being prioritized over price. Additional clauses from the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) are included to govern compliance and operational standards, emphasizing contractor regulations and insurance coverage requirements. Attachments referenced include project maps and wage determinations, which further define the scope and contractual obligations of the janitorial services required. This solicitation exemplifies the structured approach of government RFP processes aimed at ensuring quality service delivery while upholding fiscal responsibility and compliance with federal regulations.
    This government RFP outlines requirements for janitorial services at the Wayne National Forest Ironton Ranger District office and Warehouse #1. The contractor must provide all labor and equipment, ensuring employees do not access government property or equipment. Services are required Monday, Wednesday, and Friday, either before 8:00 AM or after 4:30 PM, excluding holidays. Key security measures include submitting employee lists for building access and safeguarding government-provided security codes and keys. The contractor is responsible for reporting hazardous conditions, ensuring lights are off after cleaning, turning in lost items, securing premises, and managing water usage. Detailed cleaning specifications cover high and low dusting, sweeping, mopping, carpet cleaning, waste disposal, cleaning of foyers, porches, lunchrooms, drinking fountains, restrooms, and common areas. Additional duties include replacing light bulbs, semi-annual smoke detector battery replacement, and monthly window and blind cleaning. The contractor must maintain daily logs and communicate weekly with the COR. Inspections will occur weekly, and payments are on a calendar-month basis. A pre-quote site visit is scheduled. The contract period is from September 7, 2025, to September 6, 2026. The government will provide light bulbs and 9-volt batteries, while the contractor supplies cleaning solutions and equipment. Evaluation factors include past performance, relevant experience, and price.
    The document, titled "LOCATION MAPS," primarily focuses on providing directional information related to the Ironton Ranger District Office. It specifically mentions "Directions from Ironton Ranger District Office to Warehouse #1." The purpose of this document is to serve as a guide for navigating between these two locations, likely for operational or logistical purposes within a government agency or project. Given its context within government files, it is a practical guide for personnel involved in federal or state/local operations, possibly related to grants, RFPs, or general administrative functions requiring physical location guidance.
    This Quality Assurance Surveillance Plan (QASP) outlines the government's method for evaluating contractor performance through random visual inspections, using defined quality and performance standards as a checklist. Non-compliance or customer complaints will result in written notification, allowing the contractor one opportunity to correct deficiencies during the next service. Failure to achieve compliance will lead to a deduction equal to the value of the non-conforming service from the monthly invoice. Acceptable work will receive full payment and a good evaluation, while unacceptable work will result in payment deduction and a poor evaluation. The plan details specific services, performance standards, allowable deviations (typically two defects per month/quarter), and the random sampling surveillance method for each, including carpet, bare floors, trash removal, general cleaning, restrooms, and security and safety, for which no deviation is allowed.
    This government contract outlines performance-based janitorial services for the Wayne National Forest, Ironton District, Pedro, Ohio. The contract emphasizes desired results and quality standards, requiring the contractor to provide all necessary personnel, equipment, and supplies. Services are to be performed three times a week (Monday, Wednesday, Friday), with quarterly carpet cleaning. The contract specifies the use of biobased, environmentally friendly, and recycled products, adhering to "Green Cleaning" standards. Key requirements include submitting a performance plan, product lists, MSDS sheets, and maintaining a qualified, English-speaking workforce. The government will conduct random inspections, with deductions for unsatisfactory work. The document stresses energy conservation and outlines detailed cleaning standards for various areas, along with safety protocols and communication requirements for hazardous conditions and emergencies.
    The government file details various financial and operational aspects, likely for a federal grant or RFP. It includes sections on procurement, financial reporting, and compliance, with specific references to contract numbers and dates (e.g., 2017, 2020, 2021). The document outlines procedures for project management, financial accountability, and adherence to regulations. Key areas covered include asset management, data reporting, legal frameworks, and environmental health and safety. The file emphasizes adherence to guidelines for financial transactions, procurement, and project implementation, underscoring the importance of transparent and compliant operations within government contracts or grant agreements.
    The document outlines the requirements for janitorial services at the Wayne National Forest Ironton Ranger District office and Warehouse #1 in Ohio. The contractor is responsible for providing labor and equipment, ensuring compliance with security protocols, and performing a range of cleaning tasks on a specified schedule, focusing on high standards of cleanliness and safety. Cleaning services are to be conducted three times weekly and include dusting, floor cleaning, restroom maintenance, and waste management. Additional requirements include securing access to facilities, reporting hazardous conditions, and maintaining safe environments for building occupants. The contractor must attend weekly inspections and document daily cleaning activities for performance evaluation. The contract spans one year, from September 7, 2025, to September 6, 2026, with a mandatory site visit for prospective bidders. Overall, this RFP emphasizes the government's commitment to maintaining high operational standards through thorough janitorial services while highlighting the critical evaluation factors relevant to the contract procurement process.
    The document provides location maps and directions from the Ironton Ranger District Office to Warehouse #1. It serves as a logistical guide potentially relevant to government contracts, grants, and requests for proposals (RFPs) related to land or resource management activities. The directions are likely intended for personnel involved in operations, project site visits, or resource allocation within federal or state forestry initiatives, indicating an administrative purpose. The emphasis on precise routing reflects the organized structure typical of governmental documentation aimed at improving efficiency in operational tasks.
    The Quality Assurance Surveillance Plan (QASP) outlines the process for assessing contractor performance in fulfilling cleaning and maintenance specifications. The government will conduct random visual inspections to evaluate compliance based on established performance standards. Contractors are notified in writing of any noted deficiencies or customer complaints, and they have one opportunity to correct issues before facing financial deductions from their monthly invoices. Performance standards are detailed for various services, including carpet cleaning, floor maintenance, trash removal, and restroom sanitation, with allowable deviations set at two defects per month for each category, except for security and safety services, which have no allowable deviations. Surveillance is conducted through random sampling methods. The systematic monitoring aims to ensure public sector contractors maintain high-quality service levels, thereby providing accountability and transparency within government contracts. Effective performance evaluation is tied to payment, where satisfactory service leads to full payment and positive evaluations, while non-compliance affects financial remuneration and performance assessments.
    The government contract seeks to provide janitorial services at the Wayne National Forest’s Ironton District, emphasizing a performance-based approach. The contractor is responsible for all staffing, materials, equipment, and management to achieve set quality standards, which will be evaluated through regular inspections. Services are scheduled three times a week and include quarterly carpet cleaning outside business hours. The contract specifies the use of environmentally friendly and biobased cleaning products, aligning with "green" purchasing initiatives to minimize ecological impact. The contractor must submit various reports, including a performance and quality control plan, and maintain adequate staffing and safe practices per OSHA guidelines. Each cleaning task must meet high standards for cleanliness across all surfaces, with a focus on sustainability and safety. The contract also outlines procedures for handling deficiencies, employee training, and communication with government representatives. Payment will be based on services rendered, with deductions for insufficient performance. This procurement demonstrates the government’s commitment to effective service delivery while adhering to environmental and safety standards in public facilities management.
    The document pertains to federal and state RFPs (Requests for Proposals) and grants. It encompasses various topics related to government procurement processes and funding opportunities available to organizations and agencies. Central to the document is the importance of maintaining compliance with established regulations while seeking grants and partnerships for project funding. Key elements include guidelines for submitting proposals, adherence to financial management practices, and ensuring accountability and transparency in the use of awarded funds. It underscores the need for detailed project planning, identification of eligible applicants, the importance of community outreach, and the necessity of aligning proposals with governmental priorities. The document's structure likely includes sections detailing specific funding categories, eligibility criteria, submission timelines, and evaluation metrics for proposals. Overall, this document serves as a comprehensive resource for entities looking to engage with the government for financial support, highlighting the significance of meeting regulatory requirements and effectively communicating project objectives.
    The document outlines requirements for janitorial services at the Wayne National Forest, Ironton District, Pedro, Ohio. The incumbent contractor is Dirt Busters, with a current monthly contract value of $1,576.74 for five-day-a-week service, with no price adjustments to date. On-site storage of approximately 48.5 square feet is available for supplies. The total cleanable area is about 5810.5 square feet. Work hours are restricted to 5:00 p.m. to 12:00 a.m., Monday through Friday, and alternate service hours will not be considered. The contractor is responsible for furnishing all consumables like toilet paper, paper towels, soap, and trash liners. A Government Quality Assurance Surveillance Plan (QASP) will be provided. Site visits are optional, and the incumbent workforce is not under a Collective Bargaining Agreement. The expected transition-in period for the new contractor to fully mobilize its own assets is September 9th. Invoices are submitted monthly and paid within 30 days of approval. Circumstances for early cancellation or funding changes are detailed in document 12444325Q0047.
    The document provides a Q&A for the Wayne National Forest – Ironton Ranger District Janitorial Service RFP. It clarifies that site visits can be scheduled with Robert Webb between 8 am and 3 pm, and must be completed before August 6, 2025. Additionally, the previous incumbent for this contract was Dirt Busters, with a monthly award amount of $1,576.74.
    The document addresses a query regarding the scheduling of a site walk-through for the Janitorial Service Request for Proposal (RFP) at Wayne National Forest's Ironton Ranger District. Interested parties are directed to coordinate site visits with Robert Webb, providing his contact details. Site visits are available between 8 am and 3 pm, with a deadline for completion set before August 6, 2025. This communication serves to facilitate potential contractors in understanding the timeline and logistics regarding site evaluations prior to submitting proposals for the janitorial services. The information encapsulates essential details needed for compliance with the RFP's requirements within the federal contracting process.
    The document is an amendment to a contract or solicitation, likely a federal government RFP, focusing on administrative changes and modifications to an existing agreement. It outlines specific updates to contract terms, administrative data, and potentially the scope of work. Key elements include the effective date of the amendment, changes to accounting and appropriation data, and revisions to solicitation or contract details. The amendment also specifies the names and titles of the contracting officer and the signatory, along with the date of signing. The document highlights the importance of these changes, noting that they are made pursuant to relevant authorities and affect specific items within the original contract. It ensures all parties are aware of updated administrative requirements and contract provisions, emphasizing compliance and proper documentation.
    The document appears to be an encrypted or corrupted government file related to federal and state requests for proposals (RFPs), grants, and related processes. Due to its distorted content, the specific details and context are unclear, but the file seems intended to outline various funding opportunities or solicitations for services or projects from government entities. Key elements of government RFPs typically include specifications for the required services, eligibility criteria for applicants, submission guidelines, and deadlines for proposal submissions. The overarching purpose of such documents is to inform potential contractors about opportunities for collaboration or financial support, ensuring adherence to regulatory and procedural standards. However, the actual content needed for a comprehensive understanding is obscured, limiting the ability to extract accurate details or key ideas from this file.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    Winter Property Maintenance (GMFL Supervisor's Office)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor for winter property maintenance services at the Green Mountain and Finger Lakes National Forests Supervisor's Office in Mendon, Vermont. The contract, which spans a base year and four option years starting October 15, 2025, requires the contractor to provide snow and ice removal from various areas, including driveways and parking lots, as well as the application of anti-skid materials and management of snow piles. This maintenance is crucial for ensuring safe access to the facility during winter months. Interested small businesses must submit a technical proposal, price proposal, and relevant certifications, with the award based on a best-value determination that weighs technical capability alongside price. For further details, potential bidders can contact Carrie L. Edwards at carrie.edwards@usda.gov.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    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.