Middle Fork Ranger District Custodial Janitorial
Combined Synopsis Solicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: OR. Response deadline: Feb 17, 2026. Industry: NAICS 561720 • PSC S201.
Market snapshot
Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561720
Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 1240BE26Q0021 is issued as a request for quotation (RFQ).
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
2. A list of line-item number(s) and items, quantities, and units of measure (including option(s), SEE SCHEDULE OF ITEMS
3. Description of requirements: Janitorial cleaning services for Government Offices on the U.S. Forest Service Administrative site in strict compliance with the terms, specifications, conditions, and provisions contained herein. The contractor shall furnish all labor, equipment, supervision, transportation, supplies (except those listed under Government furnished), and incidentals necessary to complete the work as specified.
The regular cleaning services will be performed at frequencies determined by the Government. The quantity of office furniture or utilization of floor space is subject to change during the contract period. Performance shall be based on the Government’s evaluation of the results.
4. Date(s) and place(s) of delivery and acceptance: The performance for these requirements shall be located at the Middle Fork Ranger District,
5. Middle Fork Ranger Station and Visitor Information Center 46375 Highway 58 Westfir, OR 97492
6. Period of Performance: Base: 01 March 2026 through 31 December 2026
Option Year 1: 01 January 2027 through 31 December 2027
Option Year 2: 01 January 2028 through 31 December 2028
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (DEVIATION NOV 2025)
Instructions to Offerors—Commercial Products and Commercial Services (Deviation Aug 2025)
(a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include—
(1) The solicitation number;
(2) The name, address, telephone number of the Offeror;
(3) The Offeror’s Unique Entity Identifier (UEI
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation in separate Microsoft Word or Adobe PDF format documents.
(5) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/
(6) Be aware that large attachments may increase the time required to deliver an email. It is the offeror’s responsibility to confirm receipt of the offer from _Jared Machgan.
IT IS THE OFFERERS RESPONSIBILITY TO SUBMIT THEIR BEST OFFER WITH ALL REQUIRED DOCUMENTATION. FAILURE TO SUBMIT REQUIRED INFOMRATION OR TO FOLLOW INSTRUCTIONS WILL RESULT IN OFFERS SUBMISSION BEING REJECTED.
b) Questions shall be submitted via email to Jared.Machgan@usda.gov and are due no later than Feb 13, 2026, at 12:00 PM Pacific Time. This will ensure enough time to respond before the solicitation period ends. Please include the solicitation name and number as the subject line of the email.
c) NOTIFICATION OF SUBCONTRACTING
The Contractor shall promptly notify the Contracting Officer upon entering into any subcontract arrangement at the time offer is submitted. The notification shall include as a minimum:
- The name, address, and telephone number of the subcontractor.
- The date upon which the subcontract was entered into and its duration.
- A detailed description of the work being subcontracted including a listing of contract items, units, etc., as appropriate.
The Government reserves the right to approve or disapprove any subcontractors selected. Therefore, the Contractor shall obtain approval from the Contracting Officer for all subcontractors prior to entering into any subcontracts for the performance of work under this contract. The Contractor’s request for approval shall be writing and include the specific work to be accomplished by the subcontractor.
(d) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.
(3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.
(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
(End of provision)
Quotes will be evaluated in accordance with FAR 12.203 based on the criteria listed below. Award will be made to the offeror representing the best value to the Government.
On a separate document, address the evaluation criteria questions below and include your response with the Contractor Packet to Return.
- CONTRACTOR'S PAST PERFORMANCE HISTORY
Provide the number of years this specific entity has been doing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. IT IS CRITICAL if you are subcontracting any part of this project, that you identify the same information for the sub-contractors throughout the evaluation questionnaire. Evaluation is looking at those performing the janitorial services as well as who administers the contract. Provide a listing of your projects for the past three-year period that most closely relate to this type of work. Include the dates of performance, the company name, the name of contact person, and their telephone number. References will be contacted. Also include any contract that was terminated or cancelled. Address why the contract was terminated or cancelled.
2. CONTRACTOR'S TECHNICAL CAPABILITY
Provide a listing of your in-house capabilities and the tasks you intend to subcontract. Include a list of the facilities (for storage of supplies related to this project), supplies, tools and/or equipment you intend to use. If you do not subcontract for professional carpet cleaning, include the type of equipment you will use for deep carpet cleaning and extraction.
3. EXPERIENCE AND QUALIFICATIONS
Explain who (by name) is going to perform the work, their skill level and classification – this is very specific to the individuals that will perform the cleaning duties on site. Identify the number of years of experience each person has that is assigned to this project. Include the experience of any subcontractors you intend to use and provide their company name and address, and their individual backgrounds/experience. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation.
4. QUALITY CONTROL PLAN AND PROPOSED WORK SCHEDULE
Offerors shall submit their Quality Control Plan and how they intend to meet Government performance standards for each task and subtask associated with this contract.
- The Quality Control Plan (QCP) should recognize the responsibility of the Contractor to carry out its quality control obligations and contain measurable inspection and acceptance criteria corresponding to the Performance Work Statement (PWS). The QCP shall specify:
-How quality will be monitored to ensure performance standards are met.
-How the work will be supervised.
-Identify the personnel responsible for performing quality control.
-How results of the monitoring will result in quality performance.
-Create a checklist for inspection of the building that covers all services stated in the “Performance Standards and Guidelines” and store in mailbox where it is accessible by COR.
-A system to ensure that the Contractor’s employees are notified of any deficiencies in their area of responsibility.
-A plan to monitor and correct customer complaints.
-A plan for immediately forwarding customer complaints that are not the responsibility of the Contractor to the COR.
5. USE OF BIOBASED PRODUCTS
As required by FAR 52.223-2, biobased products must be used in performance of this contract. Contractor shall describe current or past performance experience with the use of biobased products. For the purposes of this contract, the Contractor shall include a list of products intended for use on the Middle Fork Ranger Station Janitorial. Identify each product’s biobased Potent percentage and the product’s intended use.
Table. Biobased Assessments
Rating Description
Acceptable Proposal clearly states the utilization of biobased products, list of products, certification, and operation plan.
Unacceptable Proposal does not clearly state the utilization of biobased products, does not include a list of products, lacks certification, and is lacking in clear understanding of operation plan.
(End of provision)
6. Provisions Incorporated by Reference:
52.204-7 System for Award Management (AUG 2025) (DEVIATION)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (SEP 2025) (DEVIATION)
52.217-5 Evaluation of Options (SEP 2025) (DEVIATION)
52.240-90 Security Prohibitions and Exclusions Representations and Certifications. (AUG 2025) (DEVIATION)
Provisions Incorporated by Full Text:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far (FAR Provisions are located in FAR Part 52 at https://www.acquisition.gov/far/part-52)
Department of Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar (AGAR Provisions are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses)
Deviations to provisions may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm
(End of Provision)
- 52.252-5 Authorized Deviations in Provisions (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Agriculture Acquisition Regulation (48 CFR Chapter 4) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Provision)
7. The following contract clauses apply to this acquisition:
52.203-17 Contractor Employee Whistleblower Rights (NOV 2023)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-13 System for Award Management Maintenance (NOV 2025) (DEVIATION)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2025)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (SEP 2025) (DEVIATION)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (SEP 2025) (DEVIATION)
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services. (AUG 2025) (DEVIATION)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2025)
52.219-28 Post award Small Business Program Representation. (OCT 2025) (DEVIATION)
52.222-3 Convict Labor (OCT 2025) (DEVIATION)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-50 Combating Trafficking in Persons (OCT 2025) (DEVIATION)
52.222-54 Employment Eligibility Verification (NOV 2025)
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (OCT 2025) (DEVIATION)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)
52.223-23 Sustainable Products and Services (OCT 2025) (DEVIATION)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-4 Applicable Law for Breach of Contract Claim (SEP 2025) (DEVIATION)
52.237-2 Protection of Government Buildings, Equipment, and Vegetaion (APR 1984)
52.242-14 Suspension of Work (Apr 1984)
AGAR 452.204-70 Modification for Contract Closeout (JUN 2024)(DEVIATION)
Clauses Incorporated by Full Text:
52.217-8 Option to Extend Service. (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.
(End of clause)
52.217-9 Option to Extend the Term of the Contract. (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within _30_ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _36__ (months).
(End of clause)
52.228-5 Insurance-Work on a Government Installation (Jan 1997)
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government’s interest shall not be effective-
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors’ proofs of required insurance and shall make copies available to the Contracting Officer upon request.
(End of clause)
452.203-71 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance (Dec 2025)
(a) By entering into this contract, the Contractor certifies that:
1. It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution, and it will remain compliant for the duration of the contract.
2. Neither it nor any subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution, and the Contractor and any subcontractor or teaming partner will not do so for the duration of the contract.
(b) If the Contractor participates in, facilitates, or funds programs that implicate Title VI of the Civil Rights Act of 1964 or Title IX of the Education Amendments of 1972, as amended, including but not limited to grants to or for schools, colleges, universities, 4-H programs, non-governmental organization (NGO) programs, sports programs, and education-related grants to prisons or other
detention facilities, the Contractor certifies that it will remain compliant with those laws, including the requirements set forth in Executive Order 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, and Executive Order 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity.
(c) The Contractor affirms that the above requirements are conditions of payment that go to the essence of the contract and are therefore material terms of the contract. Payments under the contract are predicated on compliance with the above requirements, and therefore the Contractor is not eligible for funding under the contract or to retain any funding under the contract absent compliance with the above requirements.
(d) This certification reflects a change in the Government’s position regarding the materiality of the foregoing requirements and therefore any prior payment of similar claims does not reflect the materiality of the foregoing requirements to this contract.
(e) Submission of a knowing false statement relating to Contractor’s compliance with the above requirements and/or eligibility for the contract may subject the Contractor to liability under the False Claims Act, 31 U.S.C. § 3729, and/or criminal liability, including under 18 U.S.C. §§ 287 and 1001.
(f) The Contractor must include the provisions of this clause in all subcontract solicitations.
(g) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default.
(End of Clause)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
Federal Acquisition Regulation (FAR): (FAR Clauses are located in FAR Part 52 at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52
Department of Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar (AGAR Clauses are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses)
Deviations to clauses may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm
(End of Clause)
52.252-6 Authorized Deviations in Clauses (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Agriculture Acquisition Regulation (48 CFR Chapter 4) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Clause)
(8) NOTICE FOR FILING AGENCY PROTESTS
NOTICE FOR FILING AGENCY PROTESTS
United States Department of Agriculture (USDA) Ombudsman Program
The USDA is committed to issuing solicitations and awarding contracts in a fair and prompt manner. The Ombudsman Program for Agency Protests (OPAP) was established to address protest issues within the agency, providing an alternative to costly and time-consuming litigation. Operating independently, OPAP offers relief comparable to that granted by the Government Accountability Office (GAO). Interested parties are encouraged to resolve concerns through USDA’s internal Alternative Dispute Resolution (ADR) process before pursuing external forums such as the GAO. Concerns may be addressed informally or through a formal agency protest filed with either the Contracting Officer or the Ombudsman.
Informal Forum with the Ombudsman
- Initial Point of Contact: Interested parties who believe a specific USDA procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer.
- Escalation: If the Contracting Officer is unable to address their concerns, interested parties are encouraged to contact the USDA Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Utilization of the informal forum does not suspend any time requirement for filing a formal protest with the agency or other forums.
- Required Information: To ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).
Formal Agency Protest with the Ombudsman
- Effort to Resolve: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions.
- Independent Review: If the protester’s concerns remain unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest with either the Contracting Officer or, alternatively, with the Ombudsman under the OPAP program. Contract awards or performance will be suspended during the protest period unless justified in writing for urgent and compelling reasons or determined in writing to be in the best interest of the Government.
- Resolution Timeline: The agency’s goal is to resolve protests within 35 calendar days from the date of filing.
- Required Information: Protests shall include the information set forth in FAR 33.104(a)(3). Failure to submit the required information may result in a delay or dismissal of the protest.
- Timeliness: Protests must be filed within the timeframes specified in FAR 33.104.
- Submission: Formal protests under the OPAP program should be submitted electronically to SPE.inquiry@usda.gov and the Contracting Officer.
Election of Forum. By initiating a protest with the USDA, the protester agrees not to pursue the same matter with the Government Accountability Office (GAO) or any other external forum while the agency protest is pending. If a protest is filed externally, the agency protest will be dismissed.
(9) The date, time, and place for receipt of offer and point of contact.
Offers shall be submitted electronically via email to the Government Points of Contact below no later than 1530 PST 17 February 2026.
Government Points of Contact:
Contracting Officer: Jared Machgan email: Jared.Machgan@usda.gov
Attachments List: The following attachments are made as part of this solicitation and any resultant contract.
Attachment Number Description
1 Schedule of Items and Performance Work Statement
2 Wage rates
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.