S--YH- YHONA_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
This is an Award Notice from the Department of the Interior, Bureau of Land Management (BLM), Oregon State Office, for Janitorial Services at the Yaquina Head Outstanding Natural Area Interpretive Center (YHONA IC) near Newport, Oregon. This contract was awarded under a Total Small Business Set-Aside.
Scope of Awarded Services
The awarded contract covers comprehensive janitorial services for the YHONA IC building and associated areas. Key tasks include vacuuming, sweeping, mopping, disinfecting, restocking restroom supplies, and waste removal for various rooms, corridors, restrooms, entrance mats, windows, and exterior glass doors. Services are required 7 days a week, between 5:30 PM PST and Midnight, with reperformance availability from 6 AM - 10 AM PST if needed. The contractor is responsible for providing all labor, equipment, materials, and supervision, ensuring cleaning supplies meet Material Safety Data Sheet requirements and all electrical equipment is UL approved. Personnel require Federal government-issued identification and must undergo National Agency Check (NAC) and NAC with Inquiries (NACI) suitability checks.
Contract Details
The awarded contract is a Firm Fixed Price Commercial Services Contract. It includes a one-year Base period from April 1, 2026, to March 31, 2027, plus four (4) one-year option periods. The NAICS code for this service is 561720 (Janitorial Services) with a small business size standard of $22,000,000.00.
Performance & Compliance
Performance is governed by an Acceptable Quality Level (AQL) inspection form, which details quality standards and payment terms based on the number of deficiencies. A floor plan of the Interpretive Center (Attachment B) and a site map (Attachment C) provide crucial context for the physical layout and accessibility of the service area. Additionally, Wage Determinations issued under the Service Contract Act establish minimum wage rates and fringe benefits, directly impacting labor costs and compliance for the contractor. A Corrective Action Plan template (Attachment D) outlines procedures for addressing performance issues.
Award Information
This award notice was published on March 19, 2026. The original solicitation was evaluated based on Technical Approach and Past Performance, with the award going to the most advantageous offeror considering price and other factors. The primary contact for this opportunity is Benjamin Becker (babecker@blm.gov, 503-808-6545).