Plumas 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, Plumas National Forest, is seeking janitorial services for its facilities at the Beckwourth Ranger Station, Mount Hough Ranger Station, and Plumas National Forest Supervisor’s Office in California. This Total Small Business Set-Aside opportunity is issued as a Request for Quotation (RFQ) and anticipates a Firm-Fixed-Price contract. Quotations are due by May 9, 2026.
Scope of Work
The contractor will provide all management, supervision, labor, personnel, transportation, materials, equipment, and supplies necessary for comprehensive janitorial services across approximately 42,915 square feet in 12 buildings. Services include cleaning carpeted and non-carpeted floors, waste receptacles, restrooms, doors, light switch plates, drinking fountains, outside entrance areas, and cobweb removal. Services are generally required two times per week, with specific frequencies for other tasks.
Contract Details
- Contract Type: Request for Quotation (RFQ), anticipated Firm-Fixed-Price. Pricing must be offered against the contractor’s current GSA Schedule contract.
- Period of Performance: A 12-month base period (May 15, 2026 – May 14, 2027) with four (4) one-year option periods, for a potential total of five years (May 15, 2026 – May 14, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 561720 (Custodial Janitorial Services).
- Place of Performance: Quincy, CA and Blairsden, CA.
- Work Hours: Monday through Friday, 8:00 AM to 4:30 PM, with flexibility for evening/weekend work by agreement.
Submission & Evaluation
- Submission Deadline: May 9, 2026.
- Submission Method: Email quotations to PPS.Proposals@usda.gov, Attn: Mary Bosch.
- Evaluation Criteria: Award will be made to the Lowest Price Technically Acceptable (LPTA) offer, representing the best value to the Government. Evaluation factors include Price, Technical Acceptability, and Past Performance.
- Required Documentation: Quotations must include a detailed explanation of the offeror's ability to perform, any exceptions to SOW requirements, resumes for the Project Manager, proof of Workman's Compensation Insurance, a self-inspection plan, and a completed Janitorial Capability Questionnaire (Attachment 4).
Special Requirements
Contractor employees must undergo background investigations, obtain Federal security clearance adjudication and USDA LincPass PIV, wear uniforms/ID badges, and adhere to strict conduct rules. Bidders must comply with the Service Contract Act, including Wage Determination 2015-5677 Rev. 29, and utilize bio-based products where possible. Site visits are available by appointment.