PALOUSE RANGER DISTRICT 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 USDA Forest Service, Nez Perce-Clearwater National Forests is soliciting proposals for Janitorial Services at the Palouse Ranger District in Potlatch, Idaho. This is a Firm-Fixed Price Request for Quotation (RFQ), Total Small Business Set-Aside, for a base year with one option year. Offers are due May 11, 2026, by 2:00 PM PDST.
Scope of Work
The contractor will provide all management, supervision, transportation, tools, equipment, labor, and supplies (excluding government-provided items) necessary for custodial services. Services are required for three Federally-controlled buildings located at 1700 Highway 6, Potlatch, ID 83855:
- Palouse Ranger District Main Office: Year-round janitorial services.
- Krebs Hilton Bunkhouse: Biannual janitorial services.
- Resident Bunkhouse: Biannual janitorial services.
Specific tasks include contract management, cleaning of fixtures, various floor types (carpet, resilient, non-resilient), waste containers, walls, appliances, furniture, and stairways. Services must meet commercial standards, ensuring facilities are free of dirt and grime, presenting a clean, neat, professional, healthy, and safe environment. Contractors must comply with bio-preferred product requirements. All contractor employees must undergo a security background investigation and obtain a LincPass for facility access.
Contract Details
- Solicitation Number: 1240BD26Q0039
- Contract Type: Firm-Fixed Price
- Period of Performance:
- Base Period: June 1, 2026 – May 31, 2027
- Option Period 1: June 1, 2027 – May 31, 2028
- Total possible duration: 2 years
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Janitorial Services) with a $22.0 Million size standard.
- Product Service Code: S201 (Custodial Janitorial Services).
Submission & Evaluation
- Offer Due Date: May 11, 2026, no later than 2:00 PM PDST.
- Submission Method: Email signed and dated offers to jorge.somoza@usda.gov only. Late quotes will not be accepted.
- Quotation Package Requirements: Must include a completed SF-1449, all SF-30 amendments, and the provided Schedule of Items for pricing.
- Evaluation: Award will be made to the offeror representing the best value to the Government, based on technical advantage, fair and reasonable price, and acceptable/neutral past performance. Tradeoffs will not be conducted.
- Eligibility: Active registration in SAM.gov is required.
Key Contacts
- Technical Questions: Cole Wallen (Cole.Wallen@usda.gov)
- Contracting Questions: Jorge Somoza (jorge.somoza@usda.gov or 509-423-2224)