Bridger-Teton National Forest Supervisor's Office Janitorial
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is soliciting proposals for Janitorial Services for the Bridger-Teton National Forest Supervisor's Office and Teton Interagency Helibase in Jackson, Wyoming. This is a Total Small Business Set-Aside opportunity. The contract will be a Firm-Fixed-Price award for a base year and four option years. A site visit is scheduled for March 19, 2026, and offers are due March 25, 2026, at 10:00 AM MT.
Scope of Work
The contractor will provide all labor, supervision, equipment, and supplies (excluding Government-furnished items) to maintain a clean, healthful, and well-kept appearance across approximately 22,986 square feet in three locations: the Combined Supervisor's Office/District 4 (19,042 SF), Fire Cache/Engine 441 Office (1,444 SF), and Teton Interagency Helibase (2,500 SF). Services include cleaning floors, vacuuming carpets, cleaning furnishings, trash removal, restroom sanitation, and periodic deep cleaning tasks like floor stripping/waxing and carpet shampooing. Compliance with bio-based and bio-preferred materials requirements is mandatory.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: May 1, 2026, through April 30, 2031 (one base year and four one-year option periods).
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, Size Standard $22.0M).
- Place of Performance: Jackson, Wyoming.
- Anticipated Award: One award is intended.
Submission & Evaluation
- Site Visit: March 19, 2026, at 1:00 PM MT at 340 N. Cache, Jackson, WY. Attendance is not mandatory but recommended.
- Questions Due: March 20, 2026, at 10:00 AM MT, via email to arlen.fausett@usda.gov.
- Offers Due: March 25, 2026, at 10:00 AM MT, via email to arlen.fausett@usda.gov.
- Evaluation Criteria: Award will be made to the offeror representing the best value, based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. Technical approach, past performance, and price will be evaluated.
- Offer Acceptance: Offers must be held firm for 90 calendar days.
Special Requirements
Bidders must account for mandatory contractor training and background checks for personnel requiring unescorted access. An Operation Plan detailing commitment to biobased products, employee health/safety, and environmental management is required within 30 days of award. The Schedule of Items details specific pricing requirements for the base and option years, including seasonal variations for the Helibase. Compliance with the Service Contract Act Wage Determination is also required.