Janitorial Services - Amistad Field Office
ID: 2025R3201008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The International Boundary and Water Commission (IBWC) is seeking quotes for janitorial services at the Amistad Dam Field Office located in Del Rio, Texas. The procurement requires the contractor to provide all necessary labor, materials, and supplies to maintain cleanliness in four buildings, with services to be performed twice a week, including specific tasks such as sweeping, mopping, and trash removal. This contract is crucial for ensuring a sanitary work environment in a federal facility, with a base period starting on October 1, 2024, and options to extend through 2029. Interested vendors must submit their quotes by 2:00 PM MST on September 11, 2024, and can direct inquiries to Danilo Martinez at danilo.martinez@ibwc.gov.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    The document outlines the janitorial service requirements for the Amistad Dam Field Office, specifying cleaning tasks and schedules for various buildings. Services designated to be performed twice a week include cleaning and dusting desks and surfaces, disinfecting restrooms, microwaves, and refrigerators (exterior), sweeping and mopping floors, and refilling bathroom supplies, while ensuring no disruption to electronic equipment or the movement of heavy furniture. Weekly tasks involve cleaning windows and emptying trashcans, while no monthly services are required. Additional instructions emphasize proper storage of cleaning supplies, maintaining a clean area, and requiring a supervisor's assistance for accessing locked offices. This document serves as a formal request for proposals (RFP) targeting vendors to provide consistent and thorough janitorial services, ensuring sanitation and orderliness in federal facilities necessary for operational efficiency and employee well-being. The structure categorizes tasks by frequency, contributing to clear expectations for the vendor.
    The document outlines a Request for Proposal (RFP) for janitorial services required at the Amistad Dam Field Office in Del Rio, Texas. The RFP details five line items for cleaning services, which include maintenance of the Administration Building, Operations and Maintenance (O&M) lunchroom, restrooms, Security Building, and Hydro Building. Each line item specifies a quantity of 523 hours for cleaning services, with the base contract period commencing on November 9, 2024, and extending through multiple option years until November 8, 2029. The proposal requires contractors to provide labor, supplies, and equipment necessary for service execution. The document emphasizes the necessity for comprehensive cleaning services to ensure the upkeep of government facilities, adhering to standards for public service operations. This RFP signifies the government's ongoing commitment to maintaining its facilities' cleanliness and operational integrity.
    The document outlines the Statement of Work (SOW) for janitorial services at the Amistad Dam Field Office (ADFO) managed by the International Boundary and Water Commission, United States Section. The contractor is responsible for providing all necessary labor, materials, and supplies to clean four buildings at the specified location in Del Rio, Texas. The SOW details the scope of work, including specific cleaning tasks for various areas such as the Administration Building, Security Building, O&M Lunchroom, and Hydro Tech Building. Services required include regular sweeping, mopping, trash removal, and annual floor maintenance. The objective is to maintain cleanliness in all areas, with performance scheduled for two days a week during operational hours. Contractors must comply with quality assurance measures and submit monthly invoices via the designated processing platform. Security protocols require personnel to present valid identification and obtain contractor badges on-site. The contract period begins on October 1, 2024, with options to extend for additional years. Overall, this government RFP emphasizes the need for professional cleaning services to ensure a sanitary work environment in a federal facility.
    The document outlines the Statement of Work (SOW) for janitorial services at the Amistad Dam Field Office (ADFO) for the International Boundary and Water Commission (IBWC) in Del Rio, Texas. The contractor is responsible for providing all necessary labor, materials, and supplies to maintain cleanliness in four buildings at the site. Specific cleaning tasks are detailed, including frequency and requirements for various spaces such as offices, lunchrooms, restrooms, and laboratory areas, with particular emphasis on floor maintenance, including annual stripping and waxing of vinyl floors. The contract runs from October 1, 2024, to September 30, 2025, with options to extend annually through 2029. Services are to be performed twice a week within specified office hours, and the contractor must comply with safety regulations, including the submission of chemical product lists and identification requirements for personnel. Payment is structured via monthly invoicing, and the contractor must appoint a coordinator for effective communication with IBWC personnel. This SOW serves to ensure that all specified janitorial tasks are performed to maintain a clean and presentable environment at the ADFO, reflecting the federal commitment to operational efficiency and facility upkeep.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage rates for various occupations in specific Texas counties. As of 2024, contracts subject to the SCA must comply with Executive Order 14026, mandating a minimum wage of at least $17.20 per hour for new or extended contracts, while older contracts are subject to Executive Order 13658 with a rate of $12.90 per hour. The document includes a comprehensive list of occupations with their corresponding wage rates and fringe benefits. Additionally, it specifies requirements for health and welfare benefits, vacation, and holidays for employees covered under these contracts. It also discusses the conformance process for unlisted job classifications, providing a structured approach for contractors to establish appropriate wage rates for these roles. Overall, this file serves to inform contractors of the wage rates and rules applicable under federal contracts, ensuring compliance with national labor standards while promoting fair labor practices. The information is vital for RFP purposes, federal grants, and local contracts, emphasizing the necessity of adhering to established compensation protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Flex Base Material LRGFO
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission: US-Mexico is seeking quotes from qualified small businesses for the procurement of approximately 46,091 tons of flexible base material to support levee projects in the Lower Rio Grande Flood Control Project. The contractor will be responsible for delivering the material to various specified locations, including levees near La Villa, TX, and ensuring compliance with technical specifications and safety regulations. This procurement is crucial for maintaining flood infrastructure and enhancing local safety measures. Interested vendors must submit their quotes via email by 2:00 PM MDT on September 25, 2024, and may direct inquiries to Suzette Smith at suzette.smith@ibwc.gov or Juan Uribe at juan.uribe@ibwc.gov before the deadline of September 20, 2024.
    LABORATORY SERVICES CONTRACT - NOGALES
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is seeking proposals for a Laboratory Services Contract at the Nogales International Wastewater Treatment Plant (NIWTP) located in Rio Rico, Arizona. The contract aims to secure comprehensive laboratory services to ensure compliance with environmental regulations related to wastewater, surface water, groundwater, and solid waste, including various testing requirements for pollutants and water quality indicators. This initiative is crucial for maintaining environmental standards and public health, as it supports effective wastewater management along the US-Mexico border. Proposals are due by 2:00 PM MST on September 20, 2024, and interested vendors should direct inquiries to Seone Michael Jones at seone.jones@ibwc.gov.
    Janitorial Services at Hydro Plants
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking qualified small businesses to provide janitorial services at the Sam Rayburn Powerhouse and R.D. Willis Power Plant in Jasper, Texas. The contract entails a firm-fixed price for a duration of 60 months, requiring the contractor to supply all necessary labor, materials, and equipment to execute non-personal janitorial services as outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational efficiency at the facilities, ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, with the solicitation anticipated to be issued around September 9, 2024. Interested parties should contact Gary Rizzolo at gary.s.rizzolo@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further information.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services at the Repair and Supply Base in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The procurement involves a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing, with a firm-fixed price contract intended for a total small business set-aside. This contract is crucial for maintaining high standards of facility management and ensuring a safe and clean working environment, with a performance period from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to strict submission requirements and safety protocols outlined in the associated documents.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective of this procurement is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This initiative underscores the importance of high hygiene standards for public facilities, ensuring a positive experience for visitors while promoting opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal electronically by the specified deadline, with further inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Waste Transport and Disposal at Parker Dam
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.