YH- YHONA_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 Bureau of Land Management (BLM), through its Oregon State Office, is soliciting proposals for Janitorial Services at the Yaquina Head Outstanding Natural Area Interpretive Center (YHONA IC) located near Newport, Oregon. This requirement is a Total Small Business Set-Aside and seeks a contractor to maintain the facility. Proposals are due by March 5, 2026.
Scope of Work
The selected contractor will provide comprehensive janitorial services for the YHONA IC building and associated areas. Key tasks include vacuuming, sweeping, mopping, disinfecting, restocking restroom supplies, and waste removal. Services are required 7 days a week, primarily between 5:30 PM PST and Midnight, with availability for reperformance from 6 AM - 10 AM PST if necessary. The contractor must supply all labor, equipment, materials, and supervision. All electrical equipment must be UL approved, and cleaning supplies must be stored appropriately, meeting Material Safety Data Sheet requirements. Contractor personnel will require Federal government-issued identification for unescorted access and must undergo National Agency Check (NAC) and NAC with Inquiries (NACI) for suitability.
Contract Details
- Contract Type: Firm Fixed Price Commercial Services Contract.
- Period of Performance: A one-year base period from April 1, 2026, to March 31, 2027, plus four (4) one-year option periods.
- NAICS Code: 561720 (Janitorial Services), with a small business size standard of $22,000,000.00.
- Wage Determination: Bidders must adhere to the Service Contract Act Wage Determination (Attachment B03), which specifies minimum wage rates, fringe benefits, and other labor requirements. This document is crucial for accurate proposal pricing and cost management.
- Quality Standards: Performance will be measured against Acceptable Quality Level (AQL) inspection standards (Attachment A06). Payment terms are directly tied to the number of deficiencies found, with full payment for 5 or fewer deficiencies, and partial or pro-rated payments for higher deficiency counts.
Submission & Evaluation
- Proposals Due: March 5, 2026, by 6:00 PM PST.
- Submission: Proposals must be emailed to blm_or_so_952_mail@blm.gov, mduane@blm.gov, and babecker@blm.gov.
- Questions/RFIs: All questions must be submitted via email to the same addresses.
- Evaluation Factors: Technical Approach and Past Performance.
- Basis of Award: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors.
Eligibility
This requirement is a Total Small Business Set-Aside. Offerors are advised to submit a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items.
Attachments
Key attachments include a site map (Attachment C), an interpretive center floor plan (Attachment B), a corrective action plan template (Attachment D), and the AQL inspection form (Attachment A), all providing critical context for the scope of work and performance expectations.