Interior Department awards $11.6M janitorial contract to Rose Group International LLC for services in South Dakota

Contract Overview

Contract Amount: $11,589 ($11.6K)

Contractor: Rose Group International LLC

Awarding Agency: Department of the Interior

Start Date: 2025-11-26

End Date: 2026-11-30

Contract Duration: 369 days

Daily Burn Rate: $31/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 8

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SD-DC BOOTH HNFH - JANITORIAL SERVICES

Place of Performance

Location: SPEARFISH, LAWRENCE County, SOUTH DAKOTA, 57783

State: South Dakota Government Spending

Plain-Language Summary

Department of the Interior obligated $11,588.53 to ROSE GROUP INTERNATIONAL LLC for work described as: SD-DC BOOTH HNFH - JANITORIAL SERVICES Key points: 1. Contract value appears reasonable for the scope of janitorial services over a one-year period. 2. Competition dynamics indicate a potentially efficient price discovery process. 3. Risk indicators are low, given the nature of the service and contract type. 4. Performance context suggests a standard service requirement for federal facilities. 5. Sector positioning aligns with general government support services spending.

Value Assessment

Rating: good

The contract value of $11.6 million for janitorial services over approximately one year seems within a reasonable range for a federal contract of this nature. Benchmarking against similar janitorial service contracts for federal agencies of comparable size and geographic scope would provide a more precise value-for-money assessment. However, without specific per-unit cost data or detailed service level agreements, a definitive comparison is challenging. The firm-fixed-price structure suggests that the contractor assumes the risk for cost overruns, which is a positive indicator for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under Simplified Acquisition Procedures (SAP), suggesting a competitive process among multiple bidders. With 8 bidders identified, the level of competition appears healthy for this contract size. A robust competition under SAP generally leads to better price discovery and potentially more favorable terms for the government, as contractors are incentivized to offer competitive pricing to win the award.

Taxpayer Impact: The strong competition for this contract suggests that taxpayers are likely benefiting from a fair market price for janitorial services, avoiding potential overpayment that could occur with less competitive solicitations.

Public Impact

The U.S. Fish and Wildlife Service facilities in South Dakota will receive janitorial services, ensuring a clean and safe working environment. This contract supports the operational needs of a key federal agency responsible for wildlife conservation. The geographic impact is localized to South Dakota, benefiting federal installations within the state. While not a direct job creation contract, it supports the janitorial services industry and potentially local employment through the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for service quality variability if not adequately monitored.
  • Dependence on contractor's ability to maintain consistent staffing levels.
  • Risk of unforeseen price increases in future contract renewals if market conditions change significantly.

Positive Signals

  • Firm-fixed-price contract structure limits cost escalation risk for the government.
  • Competitive bidding process likely secured a favorable initial price.
  • Clear service period reduces uncertainty regarding ongoing operational costs.

Sector Analysis

The janitorial services sector is a significant component of the broader facilities management industry, which supports the operational needs of government and private entities. Federal spending in this area is consistent, covering essential maintenance and upkeep across numerous agencies and locations. This contract fits within the typical government procurement landscape for support services, where efficiency and cost-effectiveness are key drivers.

Small Business Impact

The data indicates this contract was competed under Simplified Acquisition Procedures and was not specifically set aside for small businesses. While the primary awardee is Rose Group International LLC, there is no explicit information on whether they are a small business or if subcontracting opportunities will be available to small businesses. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Fish and Wildlife Service's contracting officer and program managers. Standard performance monitoring, quality control checks, and invoice reviews are expected to ensure compliance with the contract terms. Transparency is generally maintained through federal procurement databases like SAM.gov, where contract awards are published.

Related Government Programs

  • Federal Janitorial Services Contracts
  • Government Facilities Maintenance
  • Department of the Interior Support Services
  • U.S. Fish and Wildlife Service Operations

Risk Flags

  • Potential for unstated performance issues if not actively monitored.
  • Lack of detailed cost breakdown makes granular value assessment difficult.

Tags

janitorial-services, support-services, department-of-the-interior, us-fish-and-wildlife-service, south-dakota, competed, purchase-order, firm-fixed-price, simplified-acquisition-procedures, medium-value, facilities-management

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $11,588.53 to ROSE GROUP INTERNATIONAL LLC. SD-DC BOOTH HNFH - JANITORIAL SERVICES

Who is the contractor on this award?

The obligated recipient is ROSE GROUP INTERNATIONAL LLC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).

What is the total obligated amount?

The obligated amount is $11,588.53.

What is the period of performance?

Start: 2025-11-26. End: 2026-11-30.

What is the track record of Rose Group International LLC with federal contracts?

A review of federal procurement data would be necessary to fully assess Rose Group International LLC's track record. This would involve examining past contract awards, performance evaluations (if publicly available), and any history of contract disputes or terminations. Without this specific data, it's difficult to gauge their experience and reliability in fulfilling federal requirements. However, winning a competitive bid suggests they met the basic qualifications and offered a competitive price for this janitorial services contract.

How does the per-square-foot cost of these janitorial services compare to industry benchmarks?

Determining the per-square-foot cost requires knowing the total square footage of the facilities being serviced under this contract, which is not provided in the summary data. Once that information is available, it could be compared to industry benchmarks for commercial or government janitorial services in similar geographic regions. Factors like the frequency of cleaning, specific services included (e.g., deep cleaning, window washing), and the type of facility (office, laboratory, etc.) would influence the benchmark comparison. Without these details, a precise per-square-foot cost analysis is not feasible.

What are the primary performance metrics and service level agreements (SLAs) for this contract?

The provided data does not detail the specific performance metrics or Service Level Agreements (SLAs) for this janitorial services contract. Typically, such contracts would include requirements related to cleaning frequency, quality standards, response times for issues, and staff conduct. The U.S. Fish and Wildlife Service would have established these metrics to ensure the contractor meets the necessary standards for facility upkeep. Performance would likely be monitored through regular inspections and user feedback.

What is the historical spending trend for janitorial services by the U.S. Fish and Wildlife Service?

To analyze historical spending trends for janitorial services by the U.S. Fish and Wildlife Service (USFWS), one would need to access historical procurement data over several fiscal years. This analysis would reveal if spending has been consistent, increasing, or decreasing, and whether this $11.6 million award represents a typical expenditure or a significant deviation. Understanding these trends can help assess budget predictability and identify potential shifts in service needs or contracting strategies.

Are there any specific environmental or sustainability requirements included in the contract?

The summary data does not specify whether this contract includes environmental or sustainability requirements. Modern federal contracts, especially for services, often incorporate clauses related to the use of eco-friendly cleaning products, waste reduction, or energy efficiency. The U.S. Fish and Wildlife Service, given its conservation mission, might have included such provisions. A detailed review of the contract document would be necessary to confirm the presence and scope of any green procurement requirements.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesServices to Buildings and DwellingsJanitorial Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 140FS225Q0164

Offers Received: 8

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 437 N MAIN ST, SPEARFISH, SD, 57783

Business Categories: Category Business, HUBZone Firm, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $11,589

Exercised Options: $11,589

Current Obligation: $11,589

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-11-26

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-04-06

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending