PROVO AND PG JANITORIAL
ID: 140R4025Q0019Type: Solicitation
AwardedMay 22, 2025
$403.2K$403,200
AwardeeRELIANCE CONTRACTORS INC 200 SE 1ST ST STE 306 MIAMI FL 33131 USA
Award #:140R4025P0042
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 soliciting proposals for janitorial services at its Provo and Pleasant Grove locations in Utah. The contract encompasses comprehensive cleaning tasks, including daily services for the Provo facility and bi-weekly services for the Pleasant Grove site, with a total area of approximately 47,000 square feet to be maintained. This procurement is vital for ensuring a clean and healthy working environment in federal facilities, adhering to strict compliance with labor standards and security regulations. Interested small businesses must submit their proposals by March 24, 2025, with the contract period set from July 1, 2025, to June 30, 2030; for further inquiries, contact Kimberley Hervat at khervat@usbr.gov or call 801-524-3680.

    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 outlines the janitorial contract requirements for two government locations in Provo and Pleasant Grove, focusing on cleaning services and specifications. Key points include the need for contractors to ensure building security during cleaning operations, adherence to specific cleaning frequencies for various areas—high traffic and cubicles, and responsibilities for supplying cleaning materials. It specifies the areas requiring service, including detailed cleaning procedures and the exclusion of certain areas like the Credit Union. The total cleaning area is stated as 46,000 square feet for Provo and 1,000 square feet for Pleasant Grove, with services emphasizing compliance with personnel background checks and citizenship requirements. There are no anticipated changes from previous contracts, and active funding is confirmed for the solicitation. The document serves to clarify specific requirements in response to contractor inquiries, facilitating competitive bidding while ensuring compliance with federal standards.
    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.
    This document serves as an amendment to a solicitation related to a contract under the Bureau of Reclamation, specifically modifying the offer submission timeline. The primary purpose is to extend the due date for quotes from March 17, 2025, to March 24, 2025, thereby allowing bidders additional time to ensure their submissions are accurate. Notably, all other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of acknowledgment of this change by the contractors, who must confirm receipt via specified methods prior to the new deadline. It also indicates that the period of performance for the contract is set to last from July 1, 2025, to June 30, 2030. The document is structured to provide a clear outline of modifications, including requisite forms of acknowledgment and the administrative aspects of the amendment process. Overall, the amendment is crucial for ensuring compliance and facilitating accurate bid submissions while maintaining the integrity of the bidding process in alignment with federal regulations.
    The document outlines an amendment to a solicitation related to a federal project, specifically amendment number 140R4025Q0019. The amendment includes essential project drawings and responds to inquiries received following a site visit. It emphasizes that offers must acknowledge receipt of this amendment before the submission deadline of March 24, 2025. The period of performance for the contract is stipulated to be from July 1, 2025, to June 30, 2030. All terms and conditions of the original solicitation remain unchanged. The amendment, issued by the Bureau of Reclamation in Salt Lake City, Utah, serves to clarify project details and maintain communication regarding proposals, reinforcing compliance with federal regulations governing solicitation amendments and contractual modifications.
    The document is an amendment to solicitation number 140R4025Q0019 from the Bureau of Reclamation, addressing updates about federal contracting conditions. Key changes include the rescission of Executive Order 14026, which previously mandated an increase in the minimum wage for federal contractors. The reversal means that the minimum wage will revert to $13.30 per hour, aligned with adjustments based on the Consumer Price Index. This amendment confirms that offers are due by March 24, 2025, remaining unchanged, and stipulates that acknowledgment of the amendment must occur before the offer deadline to avoid rejection. The stated period of performance for the contract is from July 1, 2025, to June 30, 2030. The amendment underscores the administration's shift regarding wage policies for federal contracts and maintains adherence to previous terms and conditions established in the original solicitation.
    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
    Similar Opportunities
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The contract requires comprehensive management and execution of cleaning tasks for a 5,610 square foot facility, which includes office spaces, restrooms, and a kitchen, with services to be performed once a weekday. This procurement is a Total Small Business Set-Aside, and interested parties must submit their quotations by December 15, 2025, with the contract anticipated to be awarded for a base year starting January 1, 2026, and extending through four optional years. For further inquiries, potential bidders can contact Stephen Holly at stephen.holly@usda.gov.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    Janitorial Services at the U.S. Consulate, Dubai, UAE
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Consulate in Dubai, UAE, under RFP number 19TC1226R0001. The contract, which is set to commence on March 2, 2026, requires the provision of all labor, materials, equipment, and services necessary for comprehensive cleaning operations at the consulate. This procurement is crucial for maintaining a clean and secure environment for diplomatic operations, with specific cleaning requirements outlined for various frequencies. Interested vendors must attend a pre-proposal conference on December 17, 2025, and submit their proposals via email by January 7, 2026, at 09:00 AM (UAE local time). For further inquiries, vendors can contact Danielle Aldawood at DubaiGSOProcurement@state.gov or Haya M Hajeer at HajeerHM@state.gov.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Janitorial Services
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is soliciting proposals for janitorial services at the Falcon Dam Power Plant located in Falcon Heights, Texas. The contractor will be responsible for providing cleaning services twice a week, covering approximately 3,500 square feet, including various operational and restroom areas, from September 30, 2025, to October 1, 2030. This procurement is crucial for maintaining a clean and safe working environment at the facility, with the contract awarded to the lowest price, technically acceptable offeror. Interested bidders must submit their quotes via email by 3:00 PM MST on the specified due date, and all inquiries should be directed in writing to Adrian Knights at adrian.knights@ibwc.gov.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.