CA-CA/NV FHC-JANITORIAL SERVICES

SOL #: 140FS126Q0097Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
May 13, 2026
2
Submission Deadline
May 28, 2026, 5:00 PM

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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotations for Janitorial Services at the California-Nevada Fish Health Center (CA-NV FHC) in Anderson, CA. This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside. Quotes are due by May 28, 2026, at 1:00 PM EDT.

Scope of Work

The contractor will provide comprehensive janitorial services for the CA-NV FHC, covering approximately 2,000 sq. ft. in the Administration Building and 2,420 sq. ft. in the Laboratory Building. Key tasks include:

  • Bi-weekly cleaning: Dusting furniture, vacuuming carpets, sweeping/mopping linoleum and hardwood floors, cleaning and disinfecting bathrooms and kitchens, dust/sweep for cobwebs, wiping down conference room tables, and emptying waste receptacles.
  • Annual cleaning: Stripping and waxing linoleum floors and cleaning all windows.
  • Use of environmentally preferable products is mandatory, adhering to specified executive orders and policies.
  • Contractor personnel must use appropriate safety clothing and undergo background checks. On-site activities like gambling, alcohol consumption, or smoking are prohibited.

Contract & Timeline

  • Contract Type: Firm Fixed-Price Purchase Order (RFQ)
  • Period of Performance: A base period from June 15, 2026, to June 14, 2031, with the potential for four additional option years.
  • Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
  • Submission Deadline: May 28, 2026, at 1:00 PM EDT.
  • Submission Method: Quotes must be emailed to Marshall Richard at marshall_richard@ios.doi.gov.
  • Required Quote Details: Monthly, yearly, and total prices for the base period and all four option years.

Evaluation

Award will be based on the best value to the government, considering price, technical capability, and past performance. Performance will be evaluated against established thresholds, with unsatisfactory work requiring re-performance within 24 hours.

Additional Notes

  • A site visit is recommended for prospective bidders.
  • The government will provide trash liners, paper towels, toilet paper, hand and dish soap, and cleaning agents.
  • The contractor is responsible for providing vacuum cleaners, mops, buckets, brooms, floor stripping equipment, and other necessary cleaning supplies.
  • All prospective vendors must be registered in SAM.gov.
  • Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 13, 2026
CA-CA/NV FHC-JANITORIAL SERVICES | GovScope