Smith River Janitorial
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, Six Rivers National Forest, is soliciting quotations for Janitorial Services at the Smith River Forest Offices in Gasquet, CA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract with one base year and four option years. Services are required for approximately 6,560 square feet across five buildings. Award is contingent upon the availability of funds.
Scope of Work
The contractor will provide all labor, transportation, equipment, supervision, materials, and supplies (excluding Government-Furnished Components) for routine and periodic cleaning tasks. This includes trash collection, room cleaning, bathroom sanitation, floor cleaning, dusting, and window washing for the building interior and designated exterior portions. Performance will be evaluated against the contractor's Operating Plan and Schedule, ensuring an overall appearance of cleanliness consistent with industry standards. A written Quality Control Program is required.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (NAICS 567120, Size Standard $22 million)
- Contract Type: Firm Fixed-Price requirements contract
- Period of Performance: March 1, 2026, through February 28, 2031 (one base year and four one-year option periods)
- Place of Performance: Six Rivers offices, 10600 Highway 199, Gasquet, California 95543
Submission & Evaluation
- Quotations Due: February 16, 2026, by 11:00 AM Pacific Daylight Time.
- Submission Method: Electronically to kari.hughes@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), representing the best value to the Government.
- Technical Acceptability: Rated "acceptable" or "unacceptable" based on a sound and compliant approach, detailed explanation of requirements, and a Quality Control Program.
- Past Performance: Offerors must submit completed Past Performance Information Sheets for five relevant contracts completed within the preceding five years.
- Pricing: Bidders must submit pricing for all items detailed in Attachment 3 and hold prices firm for 90 calendar days.
Important Notes
- Funds are not presently available, and award is contingent on fund availability. The Government reserves the right to cancel the solicitation.
- A site visit is scheduled for February 5, 2026, at 10:00 AM PDT at the Visitor's Center, 10600 Highway 199, Gasquet, CA 95543. This site visit is not mandatory.
- Personnel requiring unescorted access to the facility must undergo background checks (HSP-12).
- The applicable Wage Determination is No. 2015-5673, Revision 25.
- The contractor is responsible for building security, including locking doors and arming alarms.
Contact Information
Primary Point of Contact: Kari Hughes (kari.hughes@usda.gov, 805-291-6349)