CLE ELUM RANGER DISTRICT CXT TOILET CLEANING SERVICES

SOL #: 1240BD26Q0024Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
OKANOGAN-WENATCHEE NATIONAL FOREST
WENATCHEE, WA, 98801, United States

Place of Performance

Cle Elum, WA

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

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

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 25, 2026, 9:00 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 USDA Forest Service, Okanogan-Wenatchee National Forest, Cle Elum Ranger District is soliciting quotations for CXT Toilet Cleaning Services at various recreation sites. This is a Total Small Business Set-Aside under NAICS 561720 ($22M size standard). The contract will be a Firm-Fixed Price with a base year and four option years. Quotations are due March 25, 2026, by 2:00 PM PDST.

Scope of Work

The Contractor shall provide all labor, equipment, supplies, services, permits, transportation, and licenses necessary for toilet cleaning. This includes interior/exterior cleaning, trash container management, pest control, graffiti removal, and minor toilet maintenance (tightening/replacing bolts). This is NOT a toilet pumping service. Services are required at 20 sites across four areas: Interstate-90 (2 sites), Cle Elum Valley (8 sites), Teanaway Valley (5 sites), and Manastash/Taneum Area (5 sites). Maps detailing these areas are provided.

Contract & Timeline

  • Contract Type: Firm-Fixed Price (FFP)
  • Period of Performance: One base year (05/01/2026 – 04/30/2027) and four one-year option periods, for a potential total of five years. Actual cleaning services will occur annually from May 20th to September 11th.
  • Option Years: Not guaranteed; exercise depends on prior year performance.
  • Response Due: March 25, 2026, by 2:00 PM PDST.
  • Published: March 12, 2026.

Set-Aside & Eligibility

This acquisition is a Total Small Business Set-Aside. The applicable NAICS Code is 561720 (Janitorial Services) with a small business size standard of $22.0 Million. All responsible sources may submit a quotation. Vendors must have an active registration in SAM.gov.

Evaluation & Submission

Award will be made to the offeror representing the best value to the Government, based on Technical Capability, Price, and Past Performance. The Government will evaluate offers by adding the total price for all options to the total price for the basic requirement. Quotation packages must include SF-1449, Amendments, Schedule of Items (using provided format), Company Experience (1-2 pages), Relevant Past Performance (last 4 contracts), and Key Personnel information. Failure to complete all blocks on the Schedule of Items or math errors will result in exclusion. Quotes must be emailed to jorge.somoza@usda.gov only.

Key Contacts

People

Points of Contact

Jorge A. SomozaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View