Ochoco NF, Lamonta Compound and Heli-Base Janitorial Cleaning Services
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 U.S. Forest Service, Ochoco National Forest, is seeking proposals for Janitorial Cleaning Services for the Lamonta Compound and Heli-Base in Prineville, OR. This is a Total Small Business Set-Aside opportunity under NAICS 561720 ($22 Million size standard). The contract is anticipated to be a Firm Fixed-Price award, with the possibility of multiple awards. Proposals are due by April 21, 2026, at 1700 PT.
Scope of Work
The contractor will provide comprehensive janitorial cleaning services for Government Offices at the Lamonta Compound and Heli-Base/Rappelers Building. This includes routine cleaning, trash removal, restroom maintenance, carpet shampooing (bi-annual), and hard surface floor stripping and waxing (annual). Services are performance-based, requiring the contractor to furnish all labor, equipment, supervision, transportation, and supplies (excluding government-furnished items). The use of bio-based cleaning products is mandatory.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: A base period from May 1, 2026, to December 31, 2026, followed by four (4) one-year option periods, extending potentially through December 31, 2030.
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 561720 (Janitorial Services), Size Standard: $22 Million
- Proposal Due Date: April 21, 2026, at 1700 PT
- Questions Due Date: March 26, 2026, at 1500 Mountain Time
Evaluation Criteria
Offers will be evaluated based on best value to the Government, considering:
- Relevant Past Performance History: Three years of experience, including subcontractors and any terminated contracts.
- Quality of Services: Demonstrated ability to perform, including a detailed Quality Control Plan (QCP) with measurable inspection criteria, supervision, personnel responsibility, and complaint handling.
- Technical Approach: In-house capabilities, subcontracting plans, facilities, supplies, tools, equipment, and staffing (names and experience).
- Use of Biobased Products: Description of experience, list of products for this project, biobased percentage, and certification (rated Acceptable/Unacceptable).
- Price: Reasonableness, understanding of work, and ability to fulfill the contract.
Submission Instructions
Offers must be submitted electronically via email to Jared.Machgan@usda.gov. Submissions must include the solicitation number, offeror details (name, address, phone, UEI, EFT), information for evaluation factors, required representations/certifications, and a statement of agreement with solicitation terms. The Government intends to award without discussions but reserves the right to conduct them.
Attachments
Key attachments include the Schedule of Items and Performance Work Statement, Wage Rates, Lamonta Site Map, Fire Ops Floor Plan, and HeliBase Floor Plan.
Agency Protest Information
Interested parties are encouraged to resolve concerns through the USDA Ombudsman Program for Agency Protests (OPAP), which offers both informal and formal protest processes as an alternative to external forums like the GAO.