Janitorial Services for Devils Postpile NM
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 National Park Service (NPS) requires Janitorial Services for Devils Postpile National Monument in Mammoth Lakes, California. This is a Combined Synopsis/Solicitation (RFQ 140P8526Q0038) for a Firm-Fixed-Price contract. This opportunity is a 100% Total Small Business Set-Aside. Quotes are due by May 22, 2026, at 5:00 PM Pacific Time (PT).
Scope of Work
The contractor will provide comprehensive janitorial services for public restrooms (daily service) and an employee support/community building (weekly service) at Devils Postpile National Monument. Key tasks include emptying waste, replenishing paper products and soap, mopping and disinfecting floors, and cleaning all fixtures and surfaces. Services are performed annually from mid-June through mid-October. The Performance Work Statement (PWS) details specific cleaning requirements and Acceptable Quality Levels (AQLs).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Duration: One base year (June 1, 2026 - May 31, 2027) with four one-year option periods, for a potential total of five years.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 (Custodial Janitorial Services) with a $22 million small business size standard.
- Place of Performance: Devils Postpile National Monument, 85 Reds Meadow Rd, Mammoth Lakes, CA 93546.
Submission & Evaluation
- Quotes Due: May 22, 2026, by 5:00 PM PT.
- Submission Method: Emailed quotes only to lisa_henson@ios.doi.gov.
- Questions Due: May 13, 2026, by 1:00 PM PT, submitted via email to lisa_henson@ios.doi.gov, referencing solicitation number 140P8526Q0038.
- Evaluation Factors: Offers will be evaluated based on price, technical capability, and past performance. The government intends to award a single contract to the responsible offeror whose proposal is most advantageous, considering all factors.
- Required Submissions: Offerors must be registered in SAM, complete the provided Price Schedule (Attachment 01), submit a project narrative, at least three references, and contractor core data.
Key Attachments
Important documents include the Performance Work Statement (PWS) outlining service requirements, a Quote and Price Schedule (Attachment 01) for pricing submission, a DOL Wage Determination for Madera County (crucial for labor cost estimation), and a facility map for site understanding.