RECREATION SITES VAULT TOILET 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 USDA Forest Service, Olympic National Forest, is soliciting offers for Janitorial Services for Vault Toilets and multi-stall flush toilets at various recreation sites across the forest. This is a Firm-Fixed Price contract with a Total Small Business Set-Aside. The acquisition is for one base year and four optional years, totaling a potential five-year period. Offers are due by March 25, 2026, at 2:00 PM PDST.
Scope of Work
Contractors will provide comprehensive janitorial services for recreation sites, including campgrounds, trailheads, and day-use areas in the Hoodsport, Quilcene, Forks, and Quinault areas of the Olympic National Forest, Olympia, WA. This includes servicing single-riser vault toilets, double-riser vault toilets, and multi-stall flush toilet buildings. The contractor is responsible for furnishing all personnel, supplies (including toilet paper), supervision, tools, materials, equipment, and transportation. Services must adhere to the Performance Work Statement (PWS) and all applicable local, state, and federal regulations, with a requirement for bio-based cleaning products. The sites are geographically dispersed, requiring significant driving time between locations.
Contract Details
- Type: Firm-Fixed Price (Request for Quotation - RFQ)
- Duration: One base year (May 15, 2026 - May 14, 2027) with four one-year option periods, for a potential total of five years.
- Performance Periods: Each year includes an "Actual Performance Period" (May 15 - October 29) and an "Option 1" period (October 30 - May 14), which may or may not be executed at the government's discretion.
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, $18.0 Million size standard).
- Multiple Awards: The government reserves the right to make one or multiple awards.
Submission & Evaluation
- Offers Due: March 25, 2026, 2:00 PM PDST.
- Submission Requirements: Quotation packages must be organized, including SF-1449, amendments, and the provided "Schedule of Items" spreadsheet. Vendors must have an active registration in SAM.gov.
- Evaluation Criteria: Award will be made to the offeror representing the Best Value to the Government, based on Technical Capability, Price, and Past Performance.
- Key Documents: Bidders should review the Solicitation 1240BD26Q0011, "Schedule of Items" spreadsheet, "Facility Description with Distance" spreadsheet (detailing locations, toilet types, square footage, and driving mileage), and the "Toilet Location MapPacket" for visual site distribution. Wage Determinations for relevant Washington counties are also provided.
Contacts
- Technical Questions: Brent Freeman (brent.freeman@usda.gov, 435-400-1424)
- Contracting Questions: Jorge Somoza (jorge.somoza@usda.gov, 509-423-2224)