Plumas Janitorial 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. Department of Agriculture, Forest Service, Plumas National Forest has issued a Request for Quotation (RFQ) 127EAY26Q0071 for Plumas Janitorial Services. This Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive janitorial services at three locations in Quincy and Blairsden, CA. The contract will be a Firm-Fixed-Price award with a base year and four option years. Quotations are due by May 19, 2026, at 5:00 p.m. PT.
Scope of Work
The selected contractor will be responsible for furnishing all management, supervision, labor, personnel, transportation, materials, equipment, and supplies necessary for janitorial services. Services are required twice weekly at the following locations:
- Beckwourth Ranger District (Blairsden, CA): 4 buildings, approx. 9,889 sq ft.
- Plumas National Forest Supervisor’s Office (Quincy, CA): 6 buildings, approx. 20,526 sq ft.
- Mount Hough Ranger District (Quincy, CA): 2 buildings, approx. 12,500 sq ft.
Detailed performance standards cover general cleaning, restroom maintenance, lobby/entrance areas, conference rooms, break rooms, and kitchens, including annual carpet shampooing. Contractor employees must undergo background investigations and wear appropriate identification/PPE.
Contract Details
- Contract Type: Firm-Fixed-Price
- Product/Service Code: S201 (Custodial Janitorial Services)
- NAICS Code: 561720 (Janitorial Services) with a $22 million size standard
- Period of Performance: One 12-month base year (May 25, 2026 – May 24, 2027) with four subsequent 12-month option periods. An option to extend services for up to six months may also be included.
- Set-Aside: Total Small Business Set-Aside
Submission & Evaluation
- Questions Due: May 15, 2026, 12:00 PM PT, via email to Mary.Bosch@usda.gov.
- Quotations Due: May 19, 2026, 5:00 p.m. PT, submitted to PPS.Proposals@usda.gov.
- Required Submissions: Bidders must provide pricing for the base period and all option periods, and complete a Janitorial Capability Questionnaire (Attachment 4) detailing experience and understanding of the work.
- Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering Price and Technical Acceptability. Past Performance may also be considered.
- Key Attachments: Include a Wage Determination (Attachment 3) outlining minimum labor costs and Maps (Attachment 2) providing site and floor plans.
Contact Information
For inquiries, contact M. Kathy Bosch at Mary.Bosch@usda.gov or 802-345-9284.