S--Custodial Services for Sequoia & Kings Canyon NPs
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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for custodial and janitorial services at Sequoia and Kings Canyon National Parks, California. This is a 100% Total Small Business Set-Aside acquisition for a firm-fixed-price contract. Amendment 0001 extended the period for questions and provided details for site visits.
Scope of Work
The contractor will provide comprehensive custodial services, including labor, transportation, materials, equipment, and supervision, for various visitor use and service facilities within the parks. Specific locations include comfort stations and restrooms at Giant Forest Museum, Lodgepole, Sunset, Cedar Grove, Sheep Creek, Sentinel, Canyon View, and Moraine Campgrounds, among others. Cleaning tasks encompass general maintenance, trash removal, graffiti removal, and human/animal waste cleanup. Contractors are required to use "green" cleaning products where possible and provide HEPA vacuums.
Contract Details
- Type: Firm-Fixed-Price (RFQ 140P8526Q0030)
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 561720, $22.0 million size standard)
- Period of Performance: From date of award through September 9, 2026
- Place of Performance: Sequoia and Kings Canyon National Parks, Three Rivers, CA
Submission & Evaluation
Offerors must submit quotes via email to lisa_henson@nps.gov. Required submission items include a completed solicitation page, signed SF 1449, signed amendments, completed provisions, a completed Quote/Price Schedule (Attachment 01), and technical capabilities information (including a work plan limited to 3 pages, identification of biobased products, and references). Award will be made based on best value to the government, considering Price, Technical Capability, and Past Performance.
Key Dates
- Questions Due: April 9, 2026, at 1:00 p.m. Pacific time
- Site Visit Cut-off: April 8, 2026 (contact Bryceson Kawasaki-Yee for scheduling)
- Quotes Due: April 20, 2026, at 5:00 p.m. Pacific time
Attachments
Key attachments include the Quote/Price Schedule (01), Statement of Work (02), Maps (03, 04), and the DOL Wage Determination for Tulare County (05).