S--CUSTODIAL SERVICES
ID: 140A0325R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSSOUTHERN PLAINS REGIONANADARKO, OK, 73005, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Indian Affairs (BIA) is soliciting proposals for custodial services at the Anadarko Agency in Oklahoma under solicitation number 140A0325R0002. The contract requires comprehensive janitorial services for a single-story building of 13,387 square feet, with performance expected to commence on November 1, 2025, and extend through a base year and four optional years. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) in accordance with the Buy Indian Act, emphasizing the government's commitment to fostering economic development within Indian communities. Interested contractors must submit fixed-price quotes by August 1, 2025, and are required to acknowledge receipt of amendments, provide qualifications, and complete an Indian Economic Enterprise Representation form. For further inquiries, potential bidders can contact Terence Lord at terence.lord@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Anadarko Agency is soliciting bids for janitorial services as outlined in solicitation 140A0325R0002. The contract spans a base year from October 1, 2025, to September 30, 2026, with the option to extend through four additional years. Bidders are required to submit their monthly rates for providing cleaning services three days a week for each specified period. The government anticipates exercising these option years, and bidders are encouraged to present different pricing for these potential extensions. The evaluation of offers will consider the pricing proposals that include these optional years, ensuring a comprehensive assessment of the contractors' overall costs and capabilities for ongoing service contracts.
    The document outlines Wage Determination No. 2015-5327 under the U.S. Department of Labor's Service Contract Act. It mandates that contracts governed by this Act must adhere to the prevailing minimum wage rates based on Executive Orders 14026 and 13658, with variable rates depending on contract dates. Specifically, contracts initiated on or after January 30, 2022, require a minimum wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30. The document categorizes wage rates for various occupations in Oklahoma, detailing fringe benefits, healthcare contributions, and vacation policies for employees under these contracts. Additionally, it emphasizes the requirements related to paid sick leave under Executive Order 13706. The document also includes guidelines for conformance requests for any unlisted job classifications, ensuring that all workers receive appropriate compensation. Overall, it serves as a regulatory framework ensuring fair wages and working conditions for federal contract workers in specific Oklahoma counties while outlining contractors' obligations for compliance with federal labor standards.
    This document outlines the self-certification requirements for Offerors under the Buy Indian Act, specifically for Indian Economic Enterprises (IEEs). It details that Offerors must meet the definition of an IEE as per the Department of the Interior Acquisition Regulation (DIAR) Part 1480 at three critical stages: when responding to a solicitation, at the time of contract award, and throughout the contract's duration. Contracting Officers may request additional documentation to verify eligibility, and providing false or misleading information can result in legal penalties as stipulated under federal law. The form includes sections for Offeror representation, requiring details about the federally recognized tribal entity, Unique Entity ID (UEI), legal business name, and ownership information. This summary emphasizes compliance with regulations and the significance of accurate representation in government contracting processes, particularly related to federal grants and RFPs aimed at supporting Indian economic initiatives.
    The Bureau of Indian Affairs’ Southern Plains Regional Office has issued an amendment to solicitation 140A0325R0002 regarding the provision of janitorial services. The contract aims to secure a contractor to deliver all necessary labor and materials for these services, structured as a fixed-price contract with a base year and four option years. This solicitation is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) in accordance with the Buy Indian Act, ensuring that only bids from eligible Indian economic enterprises will be considered. The amendment updates the submission deadline for quotes to July 17, 2025, and emphasizes the importance of acknowledging receipt of the amendment for bids to be accepted. Bidders must also complete an Indian Economic Enterprise Representation form and be registered in SAM under the relevant NAICS code (561720) for Janitorial Services. The period of performance for the contract is designated from November 1, 2025, to December 31, 2026. This document underscores the government's commitment to fostering economic development within Indian communities through set-asides designed to promote participation from small, qualifying enterprises.
    This document is an amendment to the solicitation for janitorial services at the Anadarko Agency, identified by solicitation number A0325R0002. The amendment details the procedures for acknowledging the amendment, as well as responses to vendor questions regarding the contract. Notably, the cleaning services must be conducted after regular business hours (8 AM to 4:30 PM), and estimations for consumables currently cannot be provided by the government, as these were previously purchased by another vendor. Offerors are required to base their estimates on available facility specifications. The typical staffing requirement mentions one cleaner, although proposals are welcome. A site visit is not planned; instead, a blueprint is provided for prospective vendors to assess the premises. The document outlines key parameters such as the type of flooring, window details, and the contract's performance period, which runs from November 2025 to December 2026. The main aim of this amendment is to provide clarity and additional context for potential contractors as they prepare their proposals, ensuring compliance with the specific requirements set forth by the agency.
    This document pertains to an amendment regarding solicitation number 140A0325R0002, issued by the Bureau of Indian Affairs (BIA). It outlines procedural requirements for acknowledging receipt of the amendment by contractors, specifying that acknowledgment must occur by either completing copies of the amendment, through a separate letter, or via electronic communication. There is a strict deadline for receipt, after which offers may be rejected. The amendment modifies a specific contract to incorporate site maps and drawings referenced in earlier communication. The document highlights the effective period for the contract, detailing that performance is expected between November 1, 2025, and December 31, 2026. In addition, it states that the terms and conditions of the original solicitation remain unchanged unless explicitly amended herein. The document must be signed and returned by the contractor to signify acceptance of the amendments. Overall, the amendment plays a crucial role in ensuring compliance and clarity in contractor submissions related to federal solicitations, maintaining the integrity of the bidding process.
    The Bureau of Indian Affairs is soliciting proposals for custodial services at the Anadarko Agency, Oklahoma, under solicitation number 140A0325R0002. The contract will include janitorial services for the agency's single-story building of 13,387 sq. ft., commencing on November 1, 2025, with a base year and four optional years of performance. This procurement is designated as an Indian Small Business Economic Enterprise set-aside, requiring bidders to be both an Indian economic enterprise and a small business. Interested parties must submit fixed-price quotes by email by August 1, 2025. The proposal must detail the contractor's qualifications, past performance, and include various certifications, including an Indian Economic Enterprise Representation form. Key responsibilities include daily cleaning of offices, conference rooms, break rooms, and restrooms, while providing all necessary cleaning supplies and equipment. The contract will adhere to Service Contract Act wage rates and will necessitate a background investigation for contractors. This RFP underlines the government's commitment to engage small businesses for federal service contracts, highlighting the importance of compliance with acquisition regulations and timely performance monitoring.
    Lifecycle
    Title
    Type
    CUSTODIAL SERVICES
    Currently viewing
    Solicitation
    Similar Opportunities
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.