S--WA-FWS SPRING CRK NFH-JANITORIAL SERVICE
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. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting proposals for commercial janitorial services at the Little White Salmon National Fish Hatchery located in Cook, WA. This acquisition is a Total Small Business Set-Aside. The contract will be a Firm-Fixed Price agreement, including a base period and four option years. Quotes are due by March 27, 2026, at 1:00 PM Central Time.
Scope of Work
The requirement is for comprehensive janitorial services for the FWS Spring Creek National Fish Hatchery. Services include cleaning and disinfecting restrooms and kitchens, vacuuming, sweeping, mopping floors, emptying trash, cleaning windows, and dusting displays in the administrative building, visitor center, and spawning building. Restroom services are required weekly, while other areas are serviced as needed.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: The base period runs from April 15, 2026, to April 14, 2027, with four subsequent one-year option periods, potentially extending the contract through April 14, 2031.
- NAICS Code: 561720 (Janitorial Services)
- PSC Code: S201 (Custodial Janitorial Services)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Request for Information (RFI) Due: March 20, 2026, 1:00 PM Central Time
- Quotes Due: March 27, 2026, 1:00 PM Central Time
Submission & Evaluation
Offers must be submitted via email to Tanner.Frank@IOS.DOI.gov. Telephone calls for submissions will not be accepted. Award will be made using a trade-off method, considering Price, technical capability and approach, past performance history, and relevant experience. Prospective offerors must have an active SAM.gov registration with no listed exceptions and provide their Unique Entity ID. Subcontractor information must be provided upon request.
Additional Notes
A site visit may be scheduled upon request; interested parties should RSVP to Hatchery Manager, Bob Turik. All RFIs must be submitted via email to Tanner.Frank@IOS.DOI.gov by the RFI due date.