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. Department of Agriculture, Forest Service, Six Rivers National Forest has issued a Combined Synopsis/Solicitation (RFQ) for Janitorial Services at the Smith River Forest Offices in Gasquet, CA. This is a Total Small Business Set-Aside opportunity. The contract will be a Firm Fixed Price with one base year and four option years. Quotations are due February 16, 2026, by 11:00 AM Pacific Daylight Time.
Scope of Work
The contractor will provide all labor, transportation, equipment, supervision, materials, and supplies (excluding Government-Furnished Components) for janitorial services across approximately 6,560 square feet of office space. Services are required twice weekly and include routine and periodic cleaning tasks such as trash collection, room cleaning, bathroom sanitation, floor cleaning, dusting, and window washing. The objective is to maintain a standard of cleanliness suitable for commercial administrative buildings.
Contract & Timeline
- Contract Type: Firm Fixed Price requirements contract
- Period of Performance: March 1, 2026, through February 28, 2031 (one base year + four option years)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 567120 (Small Business Size Standard: $22 million)
- Quotations Due: February 16, 2026, 11:00 AM Pacific Daylight Time
- Published Date: February 4, 2026
- Site Visit: Scheduled for February 5, 2026, at 10:00 AM PST at the Visitor's Center, 10600 Highway 199, Gasquet, CA 95543. Attendance is not mandatory.
Evaluation & Submission
Award will be made to the offeror representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach.
- Technical Acceptability: Offerors must provide a sound and compliant approach, including a detailed explanation of how requirements will be met, any exceptions, and a Quality Control Program (QCP).
- Past Performance: Offerors must submit completed Past Performance Information Sheets for five relevant contracts (completed within the preceding five years) for themselves, teaming partners, and critical subcontractors.
- Pricing: Bidders must complete the "Schedule of Items" (Attachment 3) with unit and total prices for all base and option years.
- Submission: Quotations must be submitted electronically to kari.hughes@usda.gov. Offerors must hold prices firm for 90 calendar days. Representations and Certifications must be completed electronically via SAM.gov.
Additional Notes
- Funding: Funds are not presently available for this effort; award is contingent on fund availability. The Government reserves the right to cancel the solicitation.
- Wage Determination: Wage Determination No. 2015-5673, Revision 25, dated December 3, 2025, is applicable, outlining minimum wage rates and fringe benefits.
- Questions: Questions are due no later than February 9, 2025, at 3:00 PM Pacific Time, via email to kari.hughes@usda.gov. (Note: The year '2025' for the question due date appears to be a typo in the source document, given the opportunity's publication and response dates in 2026.)