USDA Forest Service Ninemile Ranger District Janitorial Services
SOL #: 1284LM26Q0004Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 2
Ogden, UT, 844012310, United States
Place of Performance
Huson, MT
NAICS
Janitorial Services (561720)
PSC
Custodial Janitorial Services (S201)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Dec 9, 2025
2
Submission Deadline
Dec 23, 2026, 12:00 AM
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 is seeking quotations for Janitorial Services at the Ninemile Ranger District in Huson, MT. This is a Combined Synopsis/Solicitation (RFQ) for commercial items, designated as a Total Small Business Set-Aside. The contract includes a base year and four option years. Proposals are due by December 23, 2026.
Scope of Work
The contractor will provide comprehensive custodial and janitorial services for Government-owned facilities within the Ninemile Ranger District, including the Main Office, Timber Office, Visitor Center, and Fire Office. Services encompass:
- Basic Cleaning: Weekly (Sept 15 - Mar 31) and twice weekly (Apr 1 - Sept 14), including floor maintenance, trash removal, glass cleaning, restroom cleaning/disinfecting, and dusting.
- Periodic Cleaning: Monthly and semi-annually, covering floor stripping/waxing, window cleaning, carpet shampooing, and wall washing. Work hours are between 1800 and 0600, excluding Federal Holidays.
Contract Details
- Contract Type: Request for Quotation (RFQ) for a performance-based contract.
- Period of Performance: Base Year (Jan 1, 2026 – Dec 31, 2026) plus four one-year option periods, extending potentially through December 31, 2030. Total duration not to exceed five years and six months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 (Janitorial Services) with a small business size standard of $22 million.
- Place of Performance: Ninemile Ranger District, 20325 Remount Road, Huson, MT 59846.
Submission & Evaluation
- Proposal Due Date: December 23, 2026.
- Questions Due Date: December 12, 2025.
- Submission Method: Email proposals to joanne.meiers@usda.gov. Submissions must include separate attachments for Technical Proposal, Price Proposal, and Representations/Certifications.
- Required Information: Quotes must include the solicitation number, vendor details (name, address, phone, UEI), evaluation information, responses to provisions, and agreement with terms.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on Price and Technical Acceptability. Past Performance will also be considered. The lowest priced quote will be evaluated first for technical acceptability and past performance.
- Quote Validity: Prices must be held firm for 30 calendar days.
Key Requirements & Notes
- Eligibility: Offerors must have an active entity registration in the System for Award Management (SAM).
- Personnel: Contractor personnel must be experienced, undergo security background checks, and complete mandatory annual training (Unconscious Bias, Anti-Harassment, Information Security Awareness, USDA Records Management, Section 508).
- Quality Control: A site-specific Quality Control Plan (QCP) and a Safety Plan compliant with OSHA are required. Performance will be measured against a Performance Requirements Summary (PRS) with deductions for defects.
- Supplies & Equipment: Contractor must provide all necessary commercial-grade cleaning equipment and supplies (with MSDS), utilizing biobased products where possible. Government will furnish keys, light bulbs, and restroom supplies.
- Site Visit: A site visit is strongly urged for offerors to understand the physical layout (refer to Attachment 3 Location Map).
- Wage Determination: Bidders must adhere to the Service Contract Act (SCA) Wage Determination for Missoula County, MT (Attachment 4), which specifies minimum wage rates, fringe benefits, and Executive Order applicability (e.g., EO 14026 for $17.75/hour minimum wage).
- Protest Information: The USDA Ombudsman Program for Agency Protests (OPAP) provides an internal alternative dispute resolution process.
People
Points of Contact
JoAnne MeiersPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 9, 2025