CTF Janitorial Services - 8(a) Sole Source
ID: 140L6324Q0046Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM) Alaska State Office, is seeking qualified contractors to provide janitorial services under a sole-source 8(a) contract. The procurement aims to maintain a clean and safe environment across multiple BLM facilities in Anchorage, Alaska, emphasizing a performance-based approach that includes compliance with OSHA regulations and the use of environmentally friendly cleaning products. This contract, which spans from October 24, 2024, to October 23, 2025, with options for extension through 2029, requires the contractor to adhere to specific cleaning tasks, frequencies, and performance standards, ensuring minimal disruption to facility operations. Interested parties should submit proposals via email to Kristina Maldonado by September 4, 2024, and must include a Unit of Experience Identifier (UEI) as part of their submission.

    Point(s) of Contact
    Maldonado, Kristina
    (907) 271-3208
    (907) 271-4595
    kmaldona@blm.gov
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for janitorial services at various Bureau of Land Management (BLM) facilities in Anchorage, Alaska. It emphasizes a performance-based contract where the contractor is responsible for maintaining a clean and safe environment across multiple locations, including office buildings and a science center. Key elements of the SOW include work scheduling, safety compliance, personnel security requirements, and the provision of necessary cleaning supplies and equipment. The document specifies cleaning tasks, frequencies, and performance standards, ensuring minimal disruption to facility operations. It mandates compliance with OSHA regulations and includes a comprehensive Quality Assurance Program (QAP) to monitor performance, including routine inspections and correction of deficiencies. The contractor is required to provide all labor, trained personnel, and proper equipment while adhering to environmental standards by using biobased products. Overall, the SOW serves as a guideline for ensuring high-quality janitorial services that meet government standards and enhance the facilities' upkeep.
    The document provides a detailed floor plan and material specifications for the new AFO administrative building, outlining various room types and their respective flooring materials. It includes measurements for numerous areas such as open offices, conference rooms, and utility spaces, specifying the types and square footage of flooring materials utilized, including carpet, vinyl flooring, porcelain tile, and sealed concrete. Additionally, a cleaning schedule for each flooring type is outlined, indicating frequency and methods of maintenance required, such as vacuuming, mopping, and shampooing. The overall area covered by carpet is documented as approximately 19,950 square feet, with additional specifications for concrete and vinyl flooring maintenance. This document serves as a crucial component of the broader project related to federal and state initiatives to establish functional and maintainable office environments, ensuring proper upkeep of the facilities in alignment with government standards.
    The document is a Request for Proposal (RFP) issued by the Bureau of Land Management (BLM) Alaska for janitorial services under solicitation number 140L6324Q0046. The acquisition is set aside as an 8(a) sole-source award to CYS Enterprises LLC, emphasizing compliance with the Buy American Act. The proposal must include a Unit of Experience Identifier (UEI) and must be submitted via email to the designated contact person, Kristina Maldonado, by September 4, 2024. The contract period spans from October 24, 2024, to October 23, 2025, with options for additional years through 2029. The RFP includes various clauses from the Federal Acquisition Regulation (FAR) and the Department of Interior (DOI) standard regulations, reflecting the procurement guidelines for federal contracts, including labor standards and electronic invoicing requirements. Furthermore, wage determination and compliance with the Service Contract Labor Standards are noted, ensuring that all contracted services pay appropriate wages. The document underscores the government’s commitment to equity in contracting and highlights the importance of supporting small businesses, particularly those owned by veterans and economically disadvantaged groups in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The procurement aims to ensure clean and safe recreational environments by providing management, labor, and supplies for janitorial tasks across multiple sites, including vault toilet cleaning and litter removal. This initiative is crucial for maintaining public facilities in wilderness areas, enhancing accessibility, and promoting environmental stewardship. Interested small businesses must submit their offers by September 16, 2024, following a site visit on September 9, 2024, and can direct inquiries to Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    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.
    S--EC-LMDT JANITORIAL SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking small businesses to provide janitorial services at the Leadville Water Treatment Plant in Leadville, Colorado. The contract requires comprehensive cleaning services, including bi-weekly restroom and break room maintenance, floor care, and adherence to safety and health regulations, with a focus on using biobased cleaning products. This opportunity is crucial for maintaining a clean and safe environment for Reclamation employees and visitors, with the contract expected to commence on February 1, 2025, for one year, including four optional renewal periods. Interested parties should submit their responses to Tamaron Calloway at TCalloway@usbr.gov by the specified deadline.
    LP Nur Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Lucky Peak Nursery located in Boise, Idaho. The contract will cover comprehensive cleaning services for various facilities, including offices and restrooms, from September 30, 2024, to September 29, 2029, with options for four additional years. This procurement is vital for maintaining a clean and professional environment at the nursery, and it is set aside for small businesses under NAICS code 561720. Interested contractors must submit their technical and price proposals by email to Andrea Marks-Cash by 2:00 PM MDT on September 20, 2024, ensuring compliance with federal regulations and labor standards throughout the contract duration.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    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.
    Bartlett Experimental Forest Janitorial Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a janitorial contract at the Bartlett Experimental Forest in New Hampshire. The contract requires the provision of custodial services for three government-owned facilities, including a lab/conference building and two quarters buildings, for a base period of one fiscal year with the option to extend for four additional years. This procurement is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive environment for research and administrative activities. Proposals are due by September 16, 2024, at 5:00 PM ET, and interested vendors must register in SAM.gov and are encouraged to attend a site visit on September 10, 2024. For further inquiries, vendors can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    JBER Grounds Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 673rd Contracting Squadron, is seeking small business sources for grounds maintenance services at Joint Base Elmendorf-Richardson (JBER) in Anchorage, Alaska. The contractor will be responsible for a range of non-personal services, including landscaping, snow removal, and maintaining various types of grounds to ensure a clean and professional appearance while promoting plant health. This opportunity is crucial for maintaining the operational readiness and aesthetic standards of the base. Interested parties must submit their Statements of Capabilities by September 16, 2024, to both Shelby Langston at shelby.langston.1@us.af.mil and Edith Smith at edith.smith.2@us.af.mil, with the response due date extended to September 30, 2024, at 1600 AKST.