S--Deep Cleaning of Chief Ignacio Justice Center for
ID: 140A0725Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janitorial and Cleaning Supplies - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking quotes for janitorial and cleaning supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the aim of providing essential cleaning products to support the health center's operations. The selected contractor will be responsible for delivering a comprehensive range of janitorial supplies, adhering to specific technical requirements, and ensuring timely deliveries. Interested offerors must submit their quotes by January 9, 2026, at 12:30 PM MST, and are required to register with the System for Award Management (SAM) prior to award. For further inquiries, potential bidders can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    S--PEST CONTROL FOR CHEYENNE RIVER AGENCY
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for the Cheyenne River Agency located in Eagle Butte, South Dakota. The procurement involves a Firm-Fixed-Price contract with a base year starting January 1, 2026, and includes four option years, extending the service through January 20, 2031. This contract is crucial for maintaining a safe and healthy environment at the Walter Miner Law Enforcement Detention Center, requiring comprehensive pest management solutions that adhere to environmentally sound practices and federal regulations. Interested small businesses must submit their quotes by December 30, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.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.
    Z--CRIP MC Checks and Lateral 73 Construction
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is issuing a presolicitation notice for the Colorado River Indian Irrigation Project (CRIIP), seeking construction contractors for significant rehabilitation and new construction work. The project, estimated to cost between $15,000,000 and $22,000,000, involves rehabilitating Main Canal Checks 185 and 270, replacing gates, and undertaking concrete repairs, as well as realigning canals and constructing new facilities, including electrical modifications for Main Canal Check 420. This work is crucial for maintaining the irrigation infrastructure within the Colorado River Indian Tribes Reservation near Parker, Arizona. The solicitation is expected to be released around February 1, 2026, with a performance period of approximately 750 calendar days, and interested contractors must be registered in SAM.gov. For further inquiries, contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
    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.
    Laundry Services - Crow Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide laundry services for the Crow Service Unit located in Crow Agency, Montana. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of delivering laundry services, which include the laundering of approximately 49,000 pounds of soiled linen annually, along with entry mats and dust control mats. This service is crucial for maintaining hygiene standards in the 24-bed health facility, with laundry pickups and deliveries scheduled twice a week. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form by December 27, 2025, to Tanya Azure at Tanya.Azure@ihs.gov. The contract duration is one year with four option years, and vendors must demonstrate compliance with the IEE definition and ownership requirements as outlined in the opportunity notice.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement aims to award two indefinite-delivery, indefinite-quantity (IDIQ) fixed-price contracts, which will facilitate essential services such as fire suppression, law enforcement, and administrative activities from March 1, 2026, to February 28, 2031. The selected contractor will provide helicopters, personnel, and all necessary equipment, adhering to strict operational and safety standards. Interested parties must submit their proposals by January 7, 2026, at 1300 PST, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.