S--Provide Janitorial Services - Chattahoochee River
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 Janitorial Services at the Chattahoochee River National Recreation Area in Sandy Springs, Georgia. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price contract. The services are required for a one-year period from May 1, 2026, to April 30, 2027. Proposals are due by April 10, 2026, at 1:00 PM EST.
Scope of Work
The contractor will provide comprehensive custodial and janitorial services for designated sites within the Chattahoochee River National Recreation Area. This includes furnishing all labor, transportation, tools, materials, and equipment. Key tasks involve cleaning restrooms (to US Public Health Service Standards), sidewalks, windows, sinks, trash cans, and performing litter pick-up. Specific park sites covered are Johnson Ferry North, Columns Drive, Interstate North, Powers Island, Akers Mill/Sandy Point, and Paces Mill. Minor maintenance, such as clearing simple toilet clogs, is also required. The contractor must adhere to a "Contract Cleaning Schedule" and use environmentally friendly products.
Contract Details
- Contract Type: Single Firm-Fixed Price Contract.
- Period of Performance: May 01, 2026, through April 30, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 (Custodial Janitorial Services), with a size standard of $22,000,000.00.
- Incumbent: This is a new requirement; there is no incumbent contractor.
Submission & Evaluation
- Submission Deadline: April 10, 2026, at 1:00 PM Eastern Standard Time.
- Submission Method: Quotes must be submitted electronically. A written solicitation document will not be issued.
- Evaluation Criteria: Best Value - Lowest Priced Technically Acceptable (LPTA). Evaluation will consider Price, Technical Capability, and Past Performance. Technical Capability and Past Performance, when combined, are approximately equal to cost or price.
- Eligibility: Offerors must be registered in SAM.gov with a Unique Entity Identifier and self-certify under NAICS Code 561720.
- Site Visit: A highly encouraged site visit was held on March 30, 2026. While the date has passed, bidders should review the site visit information (Attachment 0005) to understand the conditions.
Key Attachments & Notes
- Amendment 0001 and Attachment 0006 (Q&A) provide responses to vendor questions, clarifying that no changes were made to the scope of work and that bidders should use best business practices for quoting as no budget range is provided.
- Attachment 0001 (Statement of Work) details specific requirements, performance standards, and special conditions including working federal holidays (except Christmas), insurance, employee attire, vehicle identification, security keys, background checks, and a "Site Specific Safety Plan."
- Attachment 0002 (Wage Determination) outlines minimum wage rates and fringe benefits under the Service Contract Act for the relevant Georgia counties, which must be factored into proposals.
- Attachment 0004 (Past Performance Questionnaire) requires offerors to list up to five similar projects from the past three years, including points of contact and project details.
Contact Information
Primary Point of Contact: Edward Dingle, edward_dingle@nps.gov, 404-507-5747.