S--EC-LMDT JANITORIAL SERVICES
ID: 140R6024Q0110Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 24, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 29, 2024, 12:00 AM UTC
  3. 3
    Due Nov 25, 2024, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking qualified small businesses to provide janitorial services under the solicitation titled "S--EC-LMDT JANITORIAL SERVICES." This Total Small Business Set-Aside opportunity, classified under NAICS code 561720, requires vendors to submit electronic quotations that include past performance and technical information, along with a pricing schedule, by 17:00 EST on November 25, 2024. The contract will cover a base year with four optional renewal years, emphasizing the importance of compliance with federal regulations, including electronic invoicing and COVID-19 safety measures. Interested contractors can reach out to Tamaron Calloway at TCalloway@usbr.gov or by phone at 803-307-3567 for further details.

Point(s) of Contact
Files
Title
Posted
Oct 29, 2024, 5:02 PM UTC
The LMDT Janitorial Service solicitation (RFQ 140R6024Q0110) is a Total Small Business Set-Aside, issued under NAICS code 561720, for commercial janitorial services. The solicitation adheres to the Federal Acquisition Regulation and requests electronic quotations from qualified small businesses, with submissions due by 17:00 EST on November 25, 2024. Vendors must submit a complete package, including past performance and technical information, alongside their pricing schedule. The evaluation criteria focus on past performance, technical capabilities, direct experience in janitorial services, and cost. The solicitation includes a price schedule for multiple contract periods, offering a base year and four option years, with an option to extend services. Contractors must comply with several clauses and requirements related to electronic invoicing, security protocols, and COVID-19 safety measures. The document also stresses the importance of submitting inquiries timely and ensuring compliance with government standards for service and labor. This solicitation emphasizes the government's commitment to engaging small businesses in fulfilling its service needs while ensuring compliance with various regulations.
Sep 3, 2024, 7:04 AM UTC
The document outlines the Performance Work Statement (PWS) for janitorial services at the Leadville Water Treatment Plant in Leadville, Colorado. The purpose is to maintain cleanliness both indoors and outdoors for Reclamation employees and visitors. The contractor is responsible for all labor, equipment, cleaning supplies, and supervision required for effective service, adhering to safety and health regulations, including compliance with the Service Contract Act of 1965. Key tasks include bi-weekly cleaning of restrooms, break rooms, and floor maintenance, along with quarterly and semi-annual services. The contractors must maintain safety protocols, submit various plans (safety, quality control), and ensure the use of biobased cleaning products. Quality assurance will be monitored through regular inspections, and contractor performance will be evaluated against established standards. The contract is expected to start from February 1, 2025, for one year, with four one-year option periods. Contractors are invited to inspect the site beforehand and are required to submit comprehensive plans and documentation, including training certifications, to ensure compliance during execution. Overall, the PWS aims for a structured approach to deliver high-quality janitorial services that meet public health and environmental standards.
Oct 29, 2024, 5:02 PM UTC
The document provides a Q&A regarding an upcoming government project involving cleaning services. It highlights that site visits are voluntary but can enhance a proposal's competitiveness. The current incumbent providing these services is identified as R&R Cleaning. Potential bidders can access the current total contract value and previous contract amount via usaspending.gov, a public resource for government contracts. The facility in question includes one restroom, and instructions for retrieving detailed contract information are also included. The Q&A section will be updated as new inquiries arise, indicating an ongoing dialogue and transparency in the bidding process. The overall purpose is to inform potential contractors about requirements and resources related to the RFP, encouraging participation while ensuring compliance and understanding of the existing contract landscape.
Oct 29, 2024, 5:02 PM UTC
The document is an amendment to a solicitation for a contract, specifically identified as 140R6024Q0110, issued by the Bureau of Reclamation in Billings, Montana. The amendment outlines the procedures for contractors to acknowledge the amendment receipt, stating that failure to do so may lead to rejection of their offers. It provides options for acknowledgment, including submission with the offer or via separate letters or electronic communication, with strict adherence to specified deadlines. Furthermore, it indicates modifications to the contract which do not alter the main terms except for the amendment details provided. The period of performance for the contract spans from February 1, 2025, to January 31, 2026. Overall, this amendment highlights important procedural requirements that must be met by contractors to ensure their offers are considered valid, reflecting the structured process of federal procurement in managing contracts and amendments within the government procurement framework.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Denison Powerhouse Janitorial Service (Base and 4 Option Years)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services at the Denison Powerhouse located at Lake Texoma in Denison, Texas. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This contract is a 100% Small Business set-aside under NAICS Code 561720, emphasizing the importance of supporting small businesses in government contracting. The solicitation is expected to be issued around April 15, 2025, and interested contractors must ensure they have an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.
S--Janitorial Services located in Boulder City, Neveda
Buyer not available
Special Notice: Western Area Power Administration, Desert Southwest Region has a requirement for Janitorial Services located in Boulder City, Nevada. Janitorial services are typically used for cleaning and maintaining the cleanliness of a facility or building. The solicitation is issued as a 100% Small Business Set-Aside. The Request for Quotes will be issued electronically on or about February 27, 2013. Quotes are due 3/11/2013 and may be mailed to US DOE/Western Area Power Administration Desert Southwest Regional Office, ATTN: Greg Cagle, P.O. Box 6457, Phoenix AZ 85005-6457, or submitted electronically by e-mail to cagle@wapa.gov. Prospective contractors must register in the System for Award Management (SAM) database at www.sam.gov.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
FY25 Sault Ste. Marie Project Office Window Cleaning (4 Options Years)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking a contractor for window cleaning services at the Sault Ste. Marie Project Office, with a contract duration that includes four option years. The procurement is set aside for small businesses under the SBA guidelines, and the services required fall under the NAICS code 561720 for Janitorial Services, emphasizing the importance of maintaining clean and safe facilities. Interested contractors should reach out to Seokho Cho at seokho.cho@usace.army.mil or call 313-226-7843, or contact Kari Tauriainen at Kari.Tauriainen@usace.army.mil or 313-226-2797 for further details regarding the solicitation process.
JANITORIAL SERVICES FOR NOAA GLERL IN MUSKEGON, MI
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for non-personal janitorial services at the Great Lakes Environmental Research Laboratory (GLERL) Lake Michigan Field Station located in Muskegon, Michigan. The contractor will be responsible for providing all necessary labor, equipment, and eco-friendly cleaning products to maintain three buildings totaling approximately 8,153 square feet, with services required three times a week during business hours, and a contract period extending from the date of award until May 31, 2026. This procurement emphasizes the importance of maintaining a clean and safe environment for staff and visitors while supporting small businesses through a total Small Business Set-Aside. Interested contractors must submit their quotes by April 30, 2025, via email to Kerri Coffey at kerri.coffey@noaa.gov, and include past performance references as part of their submission.
W--Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and servicing at the Lower Potomac Field Station in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional short-term rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.