Flagstaff Janitorial Services
ID: 1240BG25Q0019Type: Combined Synopsis/Solicitation
AwardedJul 9, 2025
$192.7K$192,692
AwardeeTM-BLUE LLC Ewa Beach HI 96706 USA
Award #:1240BG25P0024
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEROCKY MTN RESEARCH STATIONFORT COLLINS, CO, 80526, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture, specifically the Forest Service's Rocky Mountain Research Station, is seeking qualified small businesses to provide janitorial services for its Flagstaff facilities, including the Southwest Forest Science Complex and the Greenhouse and Shop Facility. The contractor will be responsible for all management, supervision, labor, materials, and equipment necessary to maintain cleanliness across both sites, adhering to federal, state, and local regulations. This procurement is crucial for ensuring a sanitary environment that supports ongoing research efforts and complies with public health standards. Interested vendors must submit their proposals, including pricing and technical capabilities, by the specified deadlines, with the contract expected to span five years starting from August 1, 2025, to July 31, 2030. For further inquiries, contact Anthony O. Salas at anthony.salas@usda.gov.

    Point(s) of Contact
    Anthony O Salas
    anthony.salas@usda.gov
    Files
    Title
    Posted
    The document outlines the cleaning and maintenance requirements for the Rocky Mountain Research Station's Southwest Forest Science Complex in Flagstaff, Arizona. It specifies a structured frequency schedule detailing various cleaning tasks across multiple areas, including common spaces, offices, restrooms, and outdoor patios. Key responsibilities include emptying trash, disinfecting surfaces, cleaning floors, and ensuring all areas, such as conference rooms and lunchrooms, maintain a high standard of cleanliness. Daily tasks include removing trash and cleaning surfaces, while more intricate tasks, such as deep cleaning carpets and windows, follow a weekly to annual schedule. The document emphasizes adherence to environmentally sound practices, particularly in waste management, and outlines the contractor's obligation to meet specified cleanliness standards. The information is essential within the context of government contracts, ensuring facilities are kept sanitary and compliant with federal guidelines regarding public health and environmental considerations.
    The document outlines the layout and space inventory for the USD Forest Service's Rocky Mountain Research Station located at the Southwest Forest Science Complex in Flagstaff, AZ. It specifies the two main facilities, the Greenhouse & Shop Facility and the Science Lab, along with detailed basement, main floor, and second-floor layouts, indicating various tenant groups, office types, and space allocations in square feet. The inventory includes descriptions of essential infrastructure, common areas, labs, office spaces, and utilities—totaling 29,006 square feet of space. Key features involve electrical and mechanical rooms, laboratory areas designated for research purposes, and general storage. Cleaning requirements vary by room type, with specific requests mandated for only certain lab spaces. This document serves as a logistical reference for the management of facility spaces related to ongoing governmental research projects. It aligns with the purpose of government RFPs and grants by ensuring clarity in space utilization, compliance with safety standards, and efficient operational management within the complex, fostering governmental initiatives in environmental research and management.
    The Quality Assurance Surveillance Plan for the Southwest Forest Science Laboratory in Flagstaff, AZ, outlines a comprehensive cleaning and inspection routine for the facility. The plan details daily, semi-weekly, weekly, monthly, semi-annual, and annual inspections of various areas including restrooms, breakrooms, and common spaces. Key tasks include ensuring cleanliness of toilets, fixtures, floors, and general surfaces, as well as monitoring the supply levels of essential items like paper towels and soap. The document emphasizes maintaining hygiene standards and operational efficiency throughout the facility. The surveillance plan is structured in checklists, categorized by frequency of inspections, clearly indicating the areas of focus and specific responsibilities. This systematic approach is aimed at ensuring a clean and efficient environment for employees and visitors, aligning with government standards for facility management and maintenance.
    The document outlines the deliverables required under a government contract, emphasizing accountability and compliance through various reports and plans. Key submissions include a facility condition walkthrough with the Contracting Officer's Representative (COR), designation of a Project Manager, and multiple quality control plans. Specific deliverables are categorized by frequency, such as initial submissions (e.g., employee safety programs) and ongoing requirements (e.g., quarterly employee sign-in/out sheets and personnel updates). Deadlines are strictly defined, with submissions needed within specified working days for contract milestones and periodic assessments. The document stresses the communication of unsafe conditions, incident reporting, and timely notification in case of personnel changes or subcontracting requests. It underscores the importance of safety data provisions and immediate action on unsafe conditions or equipment misuse. Ultimately, this deliverable summary framework facilitates project efficiency, aligning with federal and state expectations for transparent operations and quality assurance throughout the contract period.
    The US Department of Agriculture (USDA) has issued a Performance Work Statement (PWS) for janitorial services at its Flagstaff Lab and Greenhouse facilities. The Rocky Mountain Research Station requires comprehensive custodial services to maintain a clean and safe environment, adhering to all federal, state, and local regulations. The contract includes cleaning supplies, equipment, and the responsibility for management and supervision of janitorial staff. The contractor must provide services primarily after regular office hours and must follow specific cleaning protocols outlined in the PWS. Key tasks include maintaining cleanliness in restrooms, lunchrooms, and common areas, managing waste disposal and recycling, and ensuring proper sanitation procedures are implemented. The contractor is also required to maintain a Quality Control Plan to monitor service effectiveness and handle any non-compliance issues. Furthermore, the government will provide certain facilities and essential services but expects the contractor to uphold stringent security and cleanup standards. Regular inspections by the Contracting Officer's Representative will assess compliance with performance standards. This initiative reflects the USDA’s commitment to maintaining environmentally sound practices while fostering collaboration with various partners.
    The document outlines Wage Determination No. 2015-5465 by the U.S. Department of Labor under the Service Contract Act (SCA), focusing on minimum wage and fringe benefits for workers in Arizona, particularly Coconino County. It defines two Executive Orders—14026 and 13658—impacting wage rates based on contract timelines, mandating at least $17.75 or $13.30 per hour respectively for various occupations. Included is an extensive listing of occupations with corresponding wage rates, noting that certain roles may have higher average compensation. Benefits include health and welfare allowances, vacation time, and holiday pay. The employer is responsible for uniform costs. The document emphasizes compliance with specific federal regulations concerning salaries and occupational classifications, including a process for justifying additional wage classifications. This wage determination is critical for both contractors and employees to ensure fair compensation and adherence to labor laws in federal contracts.
    The document outlines a Request for Proposal (RFP) from the U.S. Department of Agriculture for janitorial services at the Flagstaff Lab and greenhouse facilities over a five-year period, starting from August 1, 2025, to July 31, 2030. The solicitation is set aside for small businesses, specifically under the NAICS code 561720, with a price threshold of $22 million. It includes details on submission requirements, evaluation criteria, and contract clauses that will govern the service. Proposals must include technical and price quotes, with evaluations based on price, technical capability, and past performance. The contractor will be responsible for providing all necessary management, labor, equipment, and cleaning supplies while adhering to specified protocols and quality assurance measures. A pre-bid conference is scheduled for May 19, 2025, and offers must be submitted electronically by June 11, 2025. The document emphasizes the importance of confidentiality and compliance with federal regulations throughout the contract duration.
    The document serves as a Request for Proposal (RFP) for janitorial services at the Flagstaff Laboratory and its associated greenhouse facility managed by the USDA Forest Service. The contract, identified as solicitation number 1240BG25Q0019, is intended for small businesses as it is set aside for total small business participation. The contract spans five years, including an initial performance period from August 1, 2025, to July 31, 2030, with four optional one-year extensions. Key responsibilities for the vendor include providing all necessary labor, materials, and supervision for custodial services, primarily scheduled during non-working hours. The proposal must include a pricing and technical capability quote and past performance references. Evaluations will consider factors such as price, technical capability, and overall experience, with an emphasis on the best value for the government. The document outlines submission guidelines, evaluation criteria, and necessary regulatory compliance, highlighting the importance of maintaining a qualified workforce. Overall, this solicitation seeks to procure reliable janitorial services to support the research efforts of the Rocky Mountain Research Station while ensuring adherence to federal procurement standards and local regulations.
    The document represents a Request for Proposal (RFP) from the U.S. Department of Agriculture Forest Service, soliciting bids for janitorial services at the Flagstaff Forestry Sciences Laboratory and the associated greenhouse facility. The contract will span from August 1, 2025, to July 31, 2030, comprising a base year and four optional renewal years. The primary requirement is efficient and compliant custodial services encompassing management, supervision, labor, and materials at specified locations during designated hours. The evaluation criteria for proposals include price, technical capability, and past performance, with a strong encouragement for proposals from small businesses. Offerors must register with the System for Award Management and meet various government regulations. Questions regarding the solicitation must be submitted in writing by June 4, 2025, with proposals due on June 11, 2025. This initiative aims to maintain a clean and safe working environment essential for research operations while prioritizing small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    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.
    Sandia RD Janitorial
    Agriculture, Department Of
    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.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Agriculture, Department Of
    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
    Interior, Department Of The
    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
    Agriculture, Department Of
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Snow Removal for FISL and NTDP
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide snow removal services for the Fire Science Laboratory (FISL) and the National Technology and Development Program (NTDP) located in Missoula, Montana. The contractor will be responsible for ensuring safe and accessible campuses during business hours, with services triggered by weather conditions, including immediate salting and de-icing for light snow or ice. This procurement is critical for maintaining operational safety and accessibility during winter months, covering approximately 90,000 square feet of parking lots and 1750 linear feet of sidewalks at FISL, along with similar areas at NTDP. Interested parties must submit their quotations by January 5, 2026, at 12:00 PM Eastern Time, and can reach out to Arthur Courtney at arthur.courtney@usda.gov for further inquiries.
    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.