TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
ID: 140FS226Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls 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 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 dana_arnold@fws.gov, including all required documentation as outlined in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for commercial janitorial services at the Santa Ana National Wildlife Refuge in Alamo, Texas. The contractor must provide all labor, eco-friendly materials, and supervision to maintain a clean facility. Services are required three days a week (Mondays, Wednesdays, and Saturdays) between 5:00 p.m. and 10:00 p.m., with no work on federal holidays. The contract is for one year with up to four option years. The government will provide a storage facility, utilities, and is not responsible for contractor-owned property. Cleaning personnel must adhere to strict conduct rules, including maintaining security and not using government office equipment. The document details daily, weekly, and monthly cleaning tasks for office spaces, visitor centers, and restrooms, along with a Quality Assurance Surveillance Plan (QASP) for government inspection and contractor performance standards.
    This government file is a pricing schedule worksheet (Attachment #2) for Solicitation Number 140FS226Q0003, seeking janitorial services for the Santa Ana National Wildlife Refuge in TX. The request for proposal (RFP) includes a base year for janitorial services from January 5, 2026, to January 4, 2027, and four optional one-year extensions, each commencing on January 5, from 2027 to 2031. Additionally, there is a potential six-month extension of services from January 5, 2031, to August 4, 2031, which will be evaluated based on the Option Year 4 pricing. The document instructs bidders to fill in only the orange cells, providing company name, date, SAM Unique Entity Identifier (UEI) number, and unit prices for each period. The Total Evaluated Price (TEP) will encompass the optional six-month extension, in accordance with FAR 52.217-8, and will be evaluated as detailed in the RFQ per FAR 52.212-2(b).
    This government file outlines the requirements for submitting technical experience and references for janitorial services projects. It specifies that proposers must provide details for up to three projects similar in size and complexity to the one described in the Statement of Work. For each experience, the proposer must include the contract or work type, contract number (if applicable), total contract value, the agency or firm for whom the work was performed, a contact person at the site with their telephone number and valid email address, and the start and end dates of the work. A brief description of duties performed for each project is also required. The document emphasizes that the government will contact these references to assess past performance, highlighting the importance of accurate and verifiable information.
    This Request for Quotation (RFQ) 140FS226Q0003, issued by FWS, SAT Team 2 in Falls Church, VA, seeks janitorial services for the Santa Ana National Wildlife Refuge in Alamo, TX. The contract includes a base period and up to four option years. Quotes are due by December 17, 2025, at 10 AM ES. Proposals must be submitted as a single PDF via email to dana_arnold@fws.gov and should include a completed SF 1449, company information, signed solicitation amendments (if any), completed provisions, a technical approach narrative, site visit attendance confirmation, technical experience and past performance (including resumes and references), and price quotes on the provided schedule. Site visits can be scheduled with Stephanie Bilodeau on December 3rd, 4th, or 17th. Evaluation will consider technical approach, site visit attendance, technical experience, past performance, and price, with non-price factors being approximately equal to price. The solicitation also includes provisions related to telecommunications and video surveillance services (FAR 52.204-24) and offeror representations and certifications (FAR 52.212-3), including details on small business, veteran-owned, women-owned, and HUBZone concerns, as well as certifications regarding payments to influence federal transactions and the Buy American Act.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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.
    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.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    Custodial Services at TX201
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    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.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The procurement includes a base year and four option years, with the contract period spanning from February 7, 2026, to February 6, 2031, under a total small business set-aside. This service is critical for maintaining cleanliness and operational efficiency at border facilities. Interested vendors must submit their quotations by December 10, 2026, and are required to be registered in the System for Award Management (SAM) prior to the solicitation closing date. For further inquiries, vendors can contact Eric Neckel at eric.r.neckel@cbp.dhs.gov or by phone at 520-407-2804.
    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 seeking qualified contractors to provide office janitorial services for the North Springfield Lake and Upper Connecticut River Basin in Vermont. The contractor will be responsible for furnishing all necessary equipment, materials, and labor to clean the designated offices, adhering to the Performance Work Statement. This procurement is crucial for maintaining a clean and functional work environment for government operations, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 5, 2025, and must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be answered.
    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.