Sierra Front Interagency Dispatch Janitorial
ID: 140L3925Q0038Type: Solicitation
AwardedJul 11, 2025
$21.8K$21,786
AwardeeXplicit Technologies LLC 2176 ARMITAGE CT Woodbridge VA 22191 USA
Award #:140L3925P0074
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Sierra Front Interagency Dispatch Center (SFIDC) located in Carson City, Nevada. The contract, which is set aside for small businesses under NAICS code 561720, requires the contractor to provide all necessary labor, supervision, equipment, and eco-friendly cleaning supplies to maintain cleanliness and hygiene standards at the facility. Services will be performed three times a week during the winter months and five times a week in the summer, with additional on-call services as needed, reflecting the importance of maintaining operational standards in government facilities. Interested contractors must submit their proposals electronically by June 9, 2025, and can direct inquiries to Carey Grund at cgrund@blm.gov or by phone at 775-861-6481.

    Point(s) of Contact
    Grund, Carey
    (775) 861-6481
    (775) 861-6710
    cgrund@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is soliciting proposals for janitorial services at the Sierra Front Interagency Dispatch Center in Carson City, Nevada. This Request for Quote (RFQ), numbered 140L3925Q0038, is specifically set aside for small businesses under the NAICS code 561720, with a size standard of $22 million. Proposals must include all necessary labor, equipment, and supplies to meet specified standards, with the government providing certain supplies. The contract includes an initial term with options for four additional years. Key contract clauses address a variety of statutory and regulatory requirements, including wage standards under Executive Order 14026, a prohibition on the use of unauthorized applications (like TikTok), and guidelines for electronic invoicing. The contractor will be subject to periodic inspections by government representatives and is required to ensure compliance with green procurement guidelines and reporting. Additional documentation, such as performance work statements and wage determinations, accompanies the solicitation. Submissions must be electronic and directed to designated BLM contacts. The contract reflects the government's commitment to small business participation and compliance with labor regulations while maintaining cleanliness and upkeep of government facilities.
    The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) for janitorial services at their Carson City, Nevada office. The solicitation seeks a firm fixed-price contract consisting of one base year (12 months) and four optional years (12 months each). The janitorial services required include cleaning three times a week from November to April and five times a week from May to October, as well as on an as-needed basis not exceeding 30 days per year. Offerors are expected to provide pricing for both the base and optional years. The structure of the document includes detailed price breakdowns for each year along with a bid schedule that emphasizes the frequency and seasonal variation of cleaning services. This RFP is part of the federal procurement process aimed at establishing reliable service contracts while ensuring compliance with government standards and requirements.
    The document outlines the requirements and specifications for janitorial services at the Sierra Front Interagency Dispatch Center, operated by the Bureau of Land Management (BLM) in Carson City, Nevada. The contract stipulates that the selected contractor will provide high-quality custodial services, including labor, supervision, equipment, and eco-friendly cleaning supplies. Services are scheduled from 5:00 AM to 7:30 AM on certain weekdays, with frequency increasing from May to October due to a rise in personnel. Key responsibilities include vacuuming, sweeping and mopping floors, cleaning restrooms, and maintaining breakrooms, as well as more specialized tasks like washing windows and shampooing carpets. The contractor must adhere to quality control measures and safety regulations, obtaining necessary credentials for personnel who need access to federally controlled facilities. Moreover, a commitment to using environmentally responsible products certified by organizations like Green Seal is emphasized throughout the submission. Overall, this document serves as a formal request for proposals, detailing the expectations and requirements necessary for contractors to participate in the bidding process for custodial services. Compliance with safety, quality, and environmental standards is central to fulfilling this government contract.
    The document addresses the solicitation 140L3925Q0038 for janitorial services by providing a set of questions and answers relevant to potential contractors. It confirms that this solicitation is a continuation of an existing requirement, with the prior contract held by Myers Enterprises, Inc. valued at approximately $93,743.58. The statement outlines the scope of the required janitorial services, detailing service frequencies and associated pricing structure based on specified Closings and Line Item Numbers (CLINs). Notably, proposals must include pricing for additional services needed during high fire activity periods. The document clarifies operational details such as work hours, the contractor's responsibility for sourcing cleaning products, and wage determination compliance. It indicates an extended bidding deadline now set for June 9, 2025, while confirming that a decision on contract awards has not yet been made, with future announcements to be published publicly. Altogether, this solicitation aims to inform bidders about the contract requirements and ensure compliance with labor standards while emphasizing the need for efficient service delivery in a governmental context.
    The document outlines specifications for carpeting and tile requirements across various areas, presumably as part of a procurement initiative related to government facilities. It details specific square footage needed for carpets and tiles in multiple locations, including break rooms and other sections referred to as "NDF Qtrs." The total measurements cover numerous areas, with the primary emphasis on the installation of carpet (ranging from small patches to larger expanses) and a smaller allocation for tile flooring. The breakdown of sizes, while seemingly straightforward, indicates a comprehensive plan for flooring renovations that align with government facility standards and operational needs. This information likely serves as a foundation for bidding processes or funding applications associated with maintaining and upgrading facilities under federal or local guidelines. Overall, the document reflects a structured approach to addressing the flooring needs within government spaces.
    This document is an amendment to solicitation number 140L3925Q0038 for janitorial services at the Sierra Front Interagency Dispatch Center (SFIDC). The amendment serves two primary purposes: to provide answers to questions raised by potential bidders and to extend the submission deadline for quotes to 11:00 AM Pacific Time on June 9, 2025. The period of performance for the services is set from July 1, 2025, to June 30, 2026, with options for subsequent years up to June 30, 2030. Contractors must submit bids via email to designated contacts and provide detailed technical, past performance, and price information as specified. The document outlines changes to the service requirements for the base year and option years, detailing labor, supplies, and consumption expectations, including services frequency. All responses to the solicitation must acknowledge this amendment to remain valid. It emphasizes that the government will not ask for further information after the deadline, thus urging completeness in submissions. The amendment reflects adherence to procurement regulations and serves to ensure clarity in the bidding process, reiterating the importance of compliance with submission protocols and detailing the service obligations expected from the contractor.
    The document outlines Amendment 002 to Solicitation No. 140L3925Q0038 for the provision of janitorial services at the Sierra Front Interagency Dispatch Center. It details the requirement for contractors to acknowledge receipt of the amendment through specified means before the submission deadline of 11:00 AM PT on June 9, 2025. Key updates include the incorporation of FAR Clause 52.223-2 concerning biobased products, with the closing date for quotes remaining unchanged. The period of performance is set from July 1, 2025, to June 30, 2026. Contact information for administrative points of contact at the Bureau of Land Management’s Nevada State Office is provided, ensuring prospective contractors can seek further information or clarification. Overall, the amendment serves to clarify solicitation requirements and maintain compliance with federal procurement standards.
    The Bureau of Land Management (BLM) seeks proposals for janitorial services at the Sierra Front Interagency Dispatch Center (SFIDC) in Carson City, Nevada. This Request for Proposal (RFP) is set aside for small businesses, specifically under the North American Industry Classification System (NAICS) code 561720 with a size standard of $22 million. The contract will cover a base year of service from July 1, 2025, to June 30, 2026, with options for an additional four years, extending to June 30, 2030. Contractors must provide all necessary labor, equipment, and supplies, following a performance work statement that mandates services three times a week during the winter and five times weekly in the summer. Questions regarding the solicitation are to be submitted in writing by May 26, 2025. A site visit is scheduled for May 22, 2025. Proposals must be submitted via email by June 4, 2025, with specific requirements for technical qualifications and pricing outlined. This document emphasizes compliance with various federal regulations regarding labor standards, including wages mandated under Executive Order 14026. This RFP reflects the BLM's commitment to obtaining quality service while supporting small business participation in federal contracts.
    The document outlines a Request for Proposal (RFP) for Janitorial Services issued by the Bureau of Land Management (BLM) Nevada State Office. The contract comprises one base year of 12 months with four optional years, each also 12 months. Bidders are required to provide fixed pricing for both the base and option years, detailing services needed three times a week from November to April and five times a week from May to October, along with additional on-call services not exceeding 30 days per year. The pricing breakdown covers various timeframes for janitorial services, ensuring clarity on expectations regarding service frequency and flexibility. This procurement serves to maintain operational standards at BLM facilities in Carson City, highlighting the importance of outsourcing janitorial duties to ensure proper facility management and cleanliness.
    Similar Opportunities
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    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 procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    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.
    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.
    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, specifically on Mondays and Thursdays, for a facility covering approximately 3,500 square feet, which includes various operational areas such as control rooms, restrooms, and break rooms. This procurement is crucial for maintaining a clean and safe working environment at the facility, with a contract period spanning from September 30, 2025, to October 1, 2030, including a base year and four optional extension periods. 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.
    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.
    Sandia RD Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    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.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.