47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
ID: 47PD5126R0002Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS PROJECT DELIVERY WEST - BRANCH AWashington, DC, 20405, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for bids for the Roman Hruska - USMS Indoor Firing Range Cleaning project. The General Services Administration is seeking a contractor to provide all necessary labor, material, equipment, and supervision for comprehensive and housekeeping cleaning services at the Roman Hruska US Courthouse in Omaha, NE. The contract type is Firm Fixed Price, with a performance period from January 16, 2026, to January 16, 2027. Offers are due by January 9, 2026, at 4:00 PM (CST) and must be valid for 60 calendar days. The solicitation requires a fully completed SF1442, a detailed price breakout including estimated labor hours, wage rates, material costs, equipment costs, subcontractor fees, and profit rate. Performance and payment bonds are required, and the contractor must begin performance within 10 calendar days of award and complete it within 365 calendar days after receiving notice to proceed. Site visits are by appointment only.
    The General Services Administration (GSA) Agreement 47PD5126R0002 outlines a Total Small Business Set-Aside contract for indoor firing range cleaning at the Roman Hruska US Courthouse in Omaha, NE. This comprehensive agreement details project information, including a 365-day performance period from the Notice to Proceed, a $160.00 per day liquidated damages rate, and the requirement for all labor, materials, and equipment to be provided by the contractor. Key provisions cover work conditions, authorized representatives, pricing, and general terms such as commencement of work, contractor responsibilities, material standards, project scheduling, and submittals. The agreement incorporates various FAR and GSAR clauses addressing minimum wage, biobased products, recovered material content, Buy American Act compliance, personal identity verification, prohibition on certain telecommunications equipment, accelerated payments to small business subcontractors, and COVID-19 safety protocols. It also includes stringent requirements for safeguarding Controlled Unclassified Information (CUI) and sensitive data, along with comprehensive insurance mandates and administrative procedures for payments and security clearances. The document emphasizes adherence to federal regulations and GSA policies for all aspects of contract performance.
    This Wage Determination (No.: 2015-5005, Revision No.: 26, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in specific counties of Iowa and Nebraska. It details applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on specific dates in 2025. The document also specifies fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service), and eleven paid holidays. It provides detailed wage rates for a wide range of administrative, automotive, food service, health, IT, and other occupations. Additionally, the document includes footnotes regarding computer employee exemptions, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances ($3.35/week for cleaning). A conformance process for unlisted job classifications is also described, requiring contractors to propose classifications and rates for approval by the Wage and Hour Division.
    Solicitation 47PD5126R0002 outlines the technical evaluation requirements for bids related to the cleaning and servicing of indoor firing ranges. To be considered, companies must demonstrate a minimum of three years of experience in this specific field. Additionally, bidders are required to provide two examples of similar past projects completed within the last three years. These project examples must include detailed information such as the project title, location, contract award and completion dates, dollar amount, scope of work, complexity, agency/customer contact information, and any issues encountered with their resolutions. This solicitation aims to assess a bidder's experience and past performance to ensure their proposal is fair and reasonable in accordance with federal acquisition regulations.
    GSA Solicitation 47PD5126R0002 is a Request for Proposal (RFP) for cleaning services at the Roman Hruska US Courthouse in Omaha, NE, specifically for the USMS Indoor Firing Range. This solicitation is a total small business set-aside, with an estimated price range between $25,000.00 and $100,000.00. Offers are due by 4:00 PM Central Time on January 9, 2026, and must include both a price and technical proposal. The technical proposal requires proof of at least three years of experience in indoor firing range cleaning and two past project examples. A pre-proposal conference and site visit can be scheduled. The contract will be a Firm-Fixed-Price type, and award will be based on the best value, considering both total evaluated price and non-price factors like experience and past performance. The solicitation also includes various FAR/GSAR provisions, including Buy American requirements and affirmative action for equal employment opportunity for construction.
    This document outlines the U.S. Marshals Service (USMS) requirements for firing range cleaning and housekeeping services at the Roman Hruska U.S. Courthouse in Omaha, NE. The contract requires comprehensive cleaning, preventive maintenance, and testing services, including hazardous waste disposal and recycling of lead and brass. Key aspects include detailed cleaning protocols for all range areas, strict environmental compliance for lead contamination, and the provision of an independent Certified Industrial Hygienist (CIH) for verification. The contractor must adhere to a 365-day completion period, with comprehensive cleaning within 90 days and housekeeping six months later. The scope also covers specific tasks like ventilation system checks, air quality measurements, and submission of extensive reports, ensuring a safe and compliant indoor firing range environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide janitorial services at the Omaha National Cemetery, with the contract set to commence on January 1, 2026, and extend through December 31, 2030, including four optional renewal years. The contractor will be responsible for comprehensive custodial services, including daily cleaning, restroom maintenance, and periodic deep cleaning, while adhering to strict dignity standards due to the cemetery's status as a National Shrine. This opportunity emphasizes the use of environmentally friendly cleaning products and requires compliance with wage determinations for service contract employees, ensuring fair compensation and benefits. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details and to confirm their eligibility as a Service-Disabled Veteran-Owned Small Business (SDVOSB) as part of the procurement process.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The contractor will be responsible for stripping existing floor finishes, scrubbing baseboards, and applying a specified brand-name floor finish to approximately 86,000 square feet of space annually, adhering to VA safety and environmental guidelines. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be submitted via email to John Milroy at John.Milroy@VA.GOV, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    REV1 US Courts - 5th Floor Pretrial Kitchenette Renovation
    Buyer not available
    The General Services Administration (GSA) is soliciting bids for the renovation of the 5th Floor Pretrial Kitchenette at 500 Pearl Street, New York, NY. The project involves comprehensive construction services, including demolition, installation of new cabinetry, flooring, plumbing, and electrical upgrades, all to be completed within a 180-day performance period. This renovation is crucial for maintaining operational efficiency within the courthouse and ensuring compliance with federal and local standards. Interested small businesses must submit their proposals by December 19, 2025, at 4:00 PM (EST), with an estimated contract value between $50,000 and $75,000. For further inquiries, contact Monique Woods at monique.woods@gsa.gov or Nicholas Uom at nicholas.uom@gsa.gov.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    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.
    GSA Leasing Support Services Max (GLS Max)
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.