This wage determination, number 2015-5435, revision 28, effective August 8, 2025, outlines minimum wage rates and fringe benefits for service contract workers in specific Colorado counties. It details hourly wages for various occupations under Administrative Support, Automotive Service, Food Preparation, General Services, Health, Information and Arts, Information Technology, Instructional, Laundry, Machine Tool Operation, Materials Handling, Mechanics and Maintenance, Personal Needs, Plant and System Operations, Protective Service, Recreation, Stevedoring/Longshoremen, Technical, Transportation/Mobile Equipment Operation, and Miscellaneous categories. The document clarifies applicable Executive Order minimum wage rates ($17.75/hour for contracts entered into on or after January 30, 2022, and $13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). It also specifies health and welfare benefits, vacation accrual, and eleven paid holidays. Special conditions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances are included. The conformance process for unlisted occupations is also described.
This government file, Wage Determination No. 2015-5435, Revision No. 28, outlines minimum wage rates and fringe benefits for service contracts in specific Colorado counties. It details different minimum wage requirements based on contract award dates, referencing Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025. The document specifies health and welfare benefits, including paid sick leave under EO 13706, vacation accrual, and eleven paid holidays annually. It lists numerous occupational codes and their corresponding hourly rates across various sectors like administrative, automotive, health, and IT. Special provisions for computer employees, air traffic controllers, and weather observers are included, along with guidelines for hazardous pay differentials and uniform allowances. The file also describes the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
This Statement of Work outlines the requirements for professional deep cleaning services at the Bureau of Indian Affairs' Chief Ignacio Justice Center in Towaoc, CO. The objective is to maintain a safe, sanitized, and healthy environment per federal and CDC guidelines. The contractor will provide monthly deep cleaning for the entire 25,000 sq ft facility, including holding cells, offices, courtrooms, restrooms, and other areas. Tasks encompass general cleaning, restroom sanitization, high-touch surface disinfection, and specialty services like carpet cleaning. Services will occur once a month during business hours (8:00 am - 4:30 pm MST, Monday-Friday), coordinated with the Facility POC. Contractor personnel must pass background checks, wear uniforms, and provide a list of assigned workers. The contractor must supply all EPA-approved, commercial-grade cleaning equipment and materials. Quality assurance includes a walk-through inspection, with deficiencies corrected within 24 hours. Contractors need proper licenses and insurance, complying with all federal, state, and local laws.
This Statement of Work outlines the requirements for professional deep cleaning services at the Bureau of Indian Affairs (BIA) – Chief Ignacio Justice Center in Towaoc, CO. The objective is to provide a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 45,000 sq ft facility, including offices, courtrooms, restrooms, and common areas. The contractor will supply all labor, materials, tools, and equipment to perform general cleaning, restroom sanitization, high-touch surface disinfection, and optional specialty services such as disinfection fogging or carpet extraction. Services are required quarterly during business hours, with personnel needing to pass background checks and adhere to BIA security procedures. All materials must be EPA-approved and compliant with OSHA, CDC, and environmental regulations. Quality assurance includes BIA inspections, with deficiencies corrected within 24 hours. Contractors must possess proper licenses and insurance and comply with all applicable laws.
The document outlines the requirements and certification process for "Indian Economic Enterprises (IEEs)" under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. It details the self-certification process through a signed offeror section, mandating that enterprises meet the IEE definition at the time of offer, contract award, and throughout the contract term. Contracting Officers can request additional eligibility documentation at any point. The document stresses the legal consequences for submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. An "Indian Affairs Indian Economic Enterprise Representation Form" is provided for offerors to represent their IEE status, requiring information such as the tribal entity name, Unique Entity ID (UEI), legal business name, and the name of the 51% or greater IEE firm owner, along with a certifying signature.
This government solicitation, RFP number 140A0725Q0021, titled "Deep Cleaning of Chief Ignacio Justice Center for the UMU Agency," outlines a requirement for monthly professional deep cleaning services. The contract is a Firm-Fixed-Price (FFP) Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services) with a $22M size standard. The anticipated period of performance is from January 5, 2026, to January 4, 2031, including a base year and four one-year option periods. Services will be performed at the BIA Chief Ignacio Justice Center in Towaoc, CO. The document details applicable FAR and DIAR clauses, custom clauses for electronic invoicing via IPP, and provisions for offerors. Offers are due by December 26, 2025, at 1700 PST. The solicitation emphasizes compliance with various federal regulations and outlines requirements for contractor conduct and reporting.
Solicitation No. 140A0725Q0021 has been amended with an effective date of September 9, 2025. This amendment changes the set-aside from an Indian Small Business Economic Enterprise (ISBEE) to an Indian Economic Enterprise (IEE) and extends the due date for quotes to October 10, 2025, 5:00 PM PDT. The due date for questions has also been extended to October 3, 2025, 12:00 PM PDT. Offerors must acknowledge receipt of this amendment. The period of performance is November 1, 2025, to October 31, 2026. This procurement requires the completion and submission of Attachment 2 IA - IEE Representation Form with all quotes.
This government Request for Proposal (RFP) (Solicitation Number 140A0725Q0021) is for monthly professional deep cleaning services for the BIA/SWRO Ute Mountain Ute Agency. The solicitation was issued on November 25, 2025, and offers are due by December 26, 2025, at 17:00 PS. The acquisition is unrestricted, with a NAICS code of 561720 and a small business size standard of $22 million. The initial period of performance is from January 5, 2026, to January 4, 2027, with four additional one-year option periods extending through January 4, 2031. The contracting office is located in Portland, OR, and invoices will be submitted to the DOI, BIA SWRO Contracting Office in Albuquerque, NM.
This government solicitation, RFP 140A0725Q0021, is for deep cleaning services at the Chief Ignacio Justice Center for the UMU Agency. It is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) with a NAICS code of 561720 (Janitorial Services) and a $22M size standard. The anticipated period of performance is from October 1, 2025, to September 30, 2026. The contract type will be a Firm-Fixed-Price (FFP) Purchase Order. The document outlines general requirements, terms and conditions, and instructions for quoters, including various FAR and DIAR clauses. Contractors must submit electronic invoices through the Invoice Processing Platform (IPP) and adhere to specific content requirements. Key clauses relate to business ethics, small business utilization, labor standards, and prohibitions on certain telecommunications equipment.