Eldorado National Forest- Recreation Site 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 USDA Forest Service is soliciting proposals for Recreation Site Janitorial Services within the Eldorado National Forest, California. This is a Total Small Business Set-Aside for a single award, firm-fixed-price requirements contract to maintain restrooms and trash bins at campgrounds, picnic areas, and trailheads. Quotes are due by May 7, 2026, at 1400 Pacific time.
Scope of Work
The contractor will provide comprehensive janitorial services for all Eldorado National Forest-managed toilet facilities and refuse containers across the Crystal Basin, Highway 50, and Highway 88 recreation areas, specifically within the Pacific, Placerville, Georgetown, and Amador Ranger Districts. Services include:
- Cleaning interior and exterior of toilet buildings, including a 10-foot radius.
- Stocking toilet paper.
- Picking up and disposing of litter and refuse around facilities.
- Emptying refuse containers and transporting waste to designated disposal sites (contractor expense for transport).
- Services will be performed one or more times per week, with the primary operating season from May 1 to October 31 annually.
Contract Details
This will be a Firm-Fixed-Price Requirements Contract with a maximum duration of five years, consisting of a one-year base period (May 11, 2026 - May 10, 2027) and four one-year option periods extending through May 10, 2031. Payment will be based on actual services ordered and accepted, as estimated quantities are based on historic use and do not guarantee minimums. Award may be made by line item, and bidders can specify "all or none" or limited award preferences.
Submission & Evaluation
- Questions Due: May 4, 2026, 1400 Pacific time, via email to jose.rivera3@usda.gov.
- Quotes Due: May 7, 2026, 1400 Pacific time.
- Submission Requirements: Technical proposal (including Capability Questionnaire, Quality Control Plan, and list of proposed biobased products), Price proposal, and Contractor Representations and Certifications (SF 1449 and Contractor Responsibility Certification).
- Evaluation Criteria: Proposals will be evaluated based on Technical factors, Relevant Past Performance, and Price, with award made to the offer representing the best value to the Government.
Eligibility & Key Requirements
This procurement is a Total Small Business Set-Aside. Offerors must have an active entity registration in SAM.gov with a current UEI number at the time of quote submission. Contractors are required to use biobased products where reasonably available and must submit a list of proposed biobased products with their initial proposal. The U.S. Department of Labor Wage Determination (2015-5631, Rev 26) for El Dorado, Placer, Sacramento, and Yolo counties, CA, applies, dictating minimum wage rates and fringe benefits for labor costs.
Key Attachments
Bidders should review the following critical attachments:
- Attachment 1: Schedule of Items (for pricing details and estimated cleaning visits).
- Attachment 2: Statement of Work (for detailed service requirements and performance standards).
- Attachment 5: Capability Questionnaire (for technical evaluation).
- Attachment 4: Wage Determination (for labor cost calculations).
- Attachment 3: Maps (for geographical context).
Contact Information
For inquiries, contact Jose G. Rivera at jose.rivera3@usda.gov or 956-475-1470.