S--PROVO AND PG JANITORIAL
ID: 140R4025Q0019Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an office layout and highlights the construction area at the USBR Provo Area Office located at 302 East Lakeview Parkway, Provo, UT. It specifies that the drawing is for informational purposes only and primarily focuses on areas integral to the construction plan, such as various offices, restrooms, mechanical rooms, and storage bays. It indicates that the restrooms for both women and men will remain operational and require servicing throughout the construction period. This document serves as a preliminary guide for planning construction activities, ensuring all essential facilities are still functional while improvements are made to the office layout.
    The document outlines the Performance Work Statement (PWS) for the janitorial services contract at the Provo Area Office in Utah. It details the scope, objectives, and performance requirements for cleaning tasks across two facilities: a 57,000-square-foot building built in 1985 and a smaller, recently constructed office. The contractor is responsible for daily cleaning services in Provo and bi-weekly services in Pleasant Grove, employing specific cleaning methods and standards for various tasks, including trash collection, restroom sanitation, vacuuming, and surface disinfection. The contract emphasizes maintaining cleanliness and hygiene, adhering to green cleaning practices, and ensuring compliance with safety and security protocols. Key responsibilities include providing all necessary personnel, equipment, and cleaning supplies, ensuring staff are trained and meet security clearance requirements. The document also specifies performance standards, including a minimum acceptable level of service for each task and consequences for failures, such as re-performance of services at no cost. This comprehensive PWS serves to ensure effective maintenance of government facilities and adherence to health standards.
    The Performance Work Statement (PWS) aims to secure janitorial services for the Provo Area Office in Utah, encompassing daily cleaning for the Provo facility and bi-weekly services for the Pleasant Grove site. The contract includes a base year and four option periods, starting from July 2025 through June 2030. The selected contractor is responsible for a range of cleaning tasks such as waste disposal, vacuuming, restroom sanitation, and maintenance of carpets and hard floors. Cleaning standards emphasize the removal of debris, disinfecting surfaces, and maintaining cleanliness in employee areas, including break rooms and restrooms. Safety and compliance with the Service Contract Act are critical, requiring all personnel to undergo background checks and adhere to security regulations. The document stipulates the provision of necessary cleaning equipment and supplies by the contractor, with performance evaluated through established metrics and potential penalties for underperformance. The overall objective reinforces the government's commitment to maintaining a healthy and clean working environment in federal facilities.
    The document is an amendment to a solicitation for a contract under reference number 140R4025Q0019, issued by the Bureau of Reclamation. The main purpose of the amendment is to add site visit information for this solicitation, which is scheduled for March 10, 2025, at 11:00 AM at the Provo Area Office in Provo, Utah. The point of contact for this visit is Kevin Alvarez. The amendment also outlines the requirement for offerors to acknowledge receipt of this amendment by specific means to ensure their offers are considered valid. It highlights that failure to do so could lead to rejection of their offers. The period of performance for the contract is from July 1, 2025, to June 30, 2030, and all other terms and conditions remain unchanged. This document serves to inform potential contractors of modifications to the existing solicitation process while ensuring compliance with federal contract regulations.
    The document outlines a Request for Proposal (RFP) for janitorial services administered by the Bureau of Reclamation for the Upper Colorado Region, specifically targeting services at the Provo and PG offices from July 1, 2025, through June 30, 2030. It details a base year of service plus four optional years, encompassing various housekeeping and custodial tasks as designated by product/service code S201. The RFP specifies evaluation factors for offers, including experience, past performance, and price, indicating that the government will favor proposals that offer overall best value. The documentation includes requirements for small businesses, particularly in designating service-disabled veteran-owned, economically disadvantaged women-owned, and other specific classifications. It emphasizes adherence to numerous regulatory standards, including confirming ownership structures, avoiding restricted business operations, and ensuring compliance with labor standards. The process is aimed at ensuring competitive bids that meet federal acquisition regulations while enhancing transparency and accountability in the procurement of essential services for government facilities.
    The Bureau of Reclamation has issued a Sources Sought Notice to identify potential vendors for Janitorial Services in Provo and Pleasant Grove. This announcement is not a solicitation but aims to gather information from interested parties for planning purposes. The applicable NAICS code is 561720, signifying janitorial services, with a related small business standard of $22 million. The anticipated contract, which includes a Firm Fixed Price structure, expects to commence from July 1, 2025, through June 30, 2030, with specified option periods. Small businesses are encouraged to submit capabilities statements that highlight their experience, resources, and relevant project history from the past decade, specifically including contract numbers and contact information. Responses are to be submitted by January 3, 2025, and must comply with the registration requirements in the System for Award Management (SAM). This notice underlines the government’s effort to assess the availability and qualifications of small businesses capable of fulfilling the envisioned janitorial services, thereby aiding in decision-making for potential future solicitations. Proposals will not be accepted at this stage, and no reimbursements for response-related costs will be provided.
    This document outlines the Wage Determination No. 2015-5485 under the Service Contract Act by the U.S. Department of Labor's Wage and Hour Division. It specifies minimum wage rates and fringe benefits required for various occupations in Juab and Utah Counties of Utah, applicable to federal contracts. Contracts initiated post-January 30, 2022, mandate a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour, unless higher rates are listed. The document includes a detailed schedule of occupations, corresponding wage rates, and mentions requirements for benefits such as health and welfare, vacation, and holidays. Additionally, it describes the contractor's obligations under Executive Orders regarding paid sick leave and necessitates a conformance process for unlisted job classifications. Overall, the document aims to ensure fair compensation and protect worker rights under federal contracts, consistent with broader RFP and grant objectives in promoting labor standards.
    Lifecycle
    Title
    Type
    PROVO AND PG JANITORIAL
    Currently viewing
    Solicitation
    Similar Opportunities
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    Color Country Interagency Fire Center Janitorial_Combined Synopsis_RFQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotations for janitorial services at the Color Country Interagency Fire Center located in Cedar City, Utah. The procurement is exclusively set aside for small businesses under the NAICS code 561720 for Janitorial Services, with a contract duration starting from April 1, 2025, to March 31, 2026, and includes four optional renewal years extending to March 31, 2029. The services required will vary seasonally, necessitating daily cleaning during the summer months and three times a week in winter, with all work to be performed after 6 PM and before 7 AM. Interested contractors should contact Whit Fausett at arlen.fausett@usda.gov for further details and to ensure compliance with the outlined quality assurance procedures and federal guidelines regarding cleaning supplies.
    BLM WY - CARBON COUNTY RECREATION SITE CLEANING SE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites in Carbon County, Wyoming, under a total small business set-aside contract. The procurement involves cleaning services at three specific locations: Bennett Peak, Corral Creek, and the Encampment River Trailhead, with a focus on maintaining cleanliness and safety for public use through regular trash removal and restroom cleaning. This contract is crucial for ensuring the upkeep of public lands, enhancing visitor experience, and promoting environmental stewardship. Proposals are due by February 28, 2025, with the performance period starting from May 30, 2025, to November 3, 2025, and potential renewal options through 2029. Interested parties can contact Jennifer Vedsted at jvedsted@blm.gov for further information.
    S--FI and ECAO Trash / Recycle Services
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for trash and recycling services at the Flatiron Powerplant, Eastern Colorado Area Office (ECAO), and Warehouse located in Loveland, Colorado. The procurement involves the removal of garbage and recycling, including the rental of multiple dumpsters at specified locations, with weekly service occurrences anticipated from October 1, 2025, to September 30, 2026, and options for four additional years. This initiative is crucial for maintaining cleanliness and environmental standards at the facilities, and it aims to assess market capacity for future solicitations, potentially resulting in a set-aside for small businesses. Interested small businesses must submit their capability statements and relevant certifications by February 27, 2025, at 2:00 PM MST, via email to the primary contact, Monte Baird, at MBaird@usbr.gov.
    S--MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract effective from April 1, 2025, to March 31, 2026. The selected contractor will be responsible for providing comprehensive cleaning services across three on-site buildings totaling approximately 31,223 square feet, ensuring compliance with quality and safety standards while utilizing environmentally safe supplies. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    S--SNOW REMOVAL SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking contractors for snow removal services under the presolicitation titled "S--SNOW REMOVAL SERVICES." The procurement aims to secure reliable snow removal to ensure safe access and operational efficiency at designated sites, particularly during winter months. Snow removal services are critical for maintaining safety and accessibility in federal facilities, especially in regions prone to heavy snowfall. Interested contractors can reach out to Ryan Taylor at rtaylor@usbr.gov or by phone at 801-524-3818 for further details regarding the opportunity.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $22 million, is set aside for small businesses under NAICS code 561720 and will cover cleaning and maintenance services across various recreational areas, including restrooms, picnic shelters, and playgrounds. The contract's base year is scheduled from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions, and interested contractors must submit their quotes electronically by February 25, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    S--Wakefield WFO Non-personal Janitorial Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal janitorial services for the Weather Forecast Office in Wakefield, Virginia. The procurement encompasses comprehensive cleaning services for approximately 4,300 square feet of office space, including daily, weekly, and monthly tasks, with a focus on maintaining cleanliness and adhering to safety standards. This contract is crucial for ensuring a sanitary work environment for government personnel and will span a base year from April 1, 2025, to March 31, 2030, with the potential for four additional option years. Interested small businesses must submit their proposals, including a technical approach and past performance documentation, by February 21, 2025, and can direct inquiries to Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    S201--Housekeeping Aide Services - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Housekeeping Aide Services at the Omaha VA Medical Center, with a focus on maintaining a clean and safe environment for veterans and staff. The contract requires the provision of 39 housekeeping aides and one administrative representative to deliver year-round cleaning services, adhering to specific labor standards and healthcare-specific cleaning protocols. This procurement is part of a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their quotes by 10:00 AM CST on February 26, 2025, and direct any technical inquiries to Contracting Officer Jesse Sweesy at jesse.sweesy@va.gov.