Janitorial and Cafeteria Services
ID: 19MX5325R0005Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY MEXICOWASHINGTON, DC, 20520, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The U.S. Embassy in Mexico City is soliciting proposals for Janitorial and Cafeteria Services to support its operations. The procurement includes comprehensive janitorial services at the New Embassy Compound and four nearby locations, along with cafeteria services to be awarded as a zero-cost Concessions Agreement. These services are crucial for maintaining cleanliness and hygiene standards within the embassy, ensuring a safe and functional environment for staff and visitors. Interested vendors must submit their proposals electronically by 5:00 PM CST on June 2, 2025, and are encouraged to attend a pre-proposal conference and site visit scheduled for March 27-28, 2025. For further inquiries, contact John P. Harris or Jesús González at MexicoCityGSOSolicitations@groups.state.gov.

    Files
    Title
    Posted
    The RFP-19MX5325R0005 outlines the solicitation for Janitorial and Food Services at the United States Embassy in Mexico City. The contractor is required to provide comprehensive janitorial services across various designated locations, including offices and public spaces, while also managing a zero-cost concession agreement for food services in the embassy cafeteria. The contract type will be a firm-fixed price with indefinite delivery/indefinite quantity for both standard routines and temporary additional services, which will be ordered as needed. Key responsibilities include maintaining cleanliness and hygiene standards, adhering to security protocols, and utilizing approved cleaning supplies. The document specifies service frequencies, pricing structures, and compliance with local labor laws. The contractor must ensure effective communication and management through a designated Customer Service Representative and a qualified workforce, while meeting quality assurance measures. Overall, this solicitation emphasizes the need for maintaining a safe and functional environment within the embassy, while following U.S. government standards and practices.
    This document is an amendment (0001) to the Request for Proposal (RFP) 19MX5325R0005 issued by the American Embassy in Mexico City. The amendment updates significant deadlines regarding submission of questions and proposals for food services concessions at the embassy. The deadline for offerors to submit questions has been moved to April 4, 2025, while the deadline for submitting proposals is revised to June 2, 2025. These changes affect multiple sections of the solicitation, including specific annexes and instructions for tender preparation. The amendment specifies that all proposals must be submitted electronically to the designated email address by 5:00 PM CST on the new due date. It clarifies the possible consequences of not adhering to these timelines. The document is structured to include sections for modification details and updated deadlines, emphasizing adherence to the established guidelines and the importance of timely communication in the RFP process. Overall, this amendment reflects the embassy's commitment to facilitating the procurement process while maintaining necessary compliance with procedural standards.
    The Licensing Agreement between the American Embassy in Mexico City and the Licensee establishes terms for operating a cafeteria on the embassy premises. The Licensee is authorized to provide food services for embassy staff and visitors, ensuring compliance with health and safety standards. The agreement includes details on operational responsibilities, inspection rights, and specific conditions for extending the agreement, which is valid for one year with options for potential extensions. The Licensee must manage café staff, maintain cleanliness, and adhere to U.S. food safety guidelines. The Licensor will support initial setups but expect the Licensee to provide ongoing supplies and equipment. The agreement emphasizes the necessity for high-quality food, extensive menu options including health-conscious offerings, and uniforms for identifiable staff. Compliance inspections by U.S. governmental personnel are mandated, and the Licensee must report on service quality and food inventory regularly. Overall, the agreement ensures a structured operation within the embassy that reflects best practices in cafeteria management and customer service, aligning with U.S. government expectations for food services.
    The document is an Invitation to Tender for a licensing agreement to operate cafeteria services at the American Embassy in Mexico City, coinciding with the award of janitorial services. It includes a proposed Licensing Agreement alongside six exhibits detailing performance requirements, provided property, holiday schedules, food service guidelines, nutrition labeling rules, and the 2022 Food Code. Interested parties must submit tenders by 5:00 PM CST on July 9, 2025, to the specified email address. A site visit and conference for potential offerors will be hosted on March 27 and 28, 2025, allowing opportunities to ask questions and view the service location. Participation is encouraged but not mandatory. Questions are to be submitted in writing prior to the conference, with a designated contact for inquiries listed. The purpose of this document is to solicit proposals from qualified vendors for essential services at the Embassy while outlining the timeline and requirements for submission. This process aligns with federal standards for procurement and contracting.
    The Embassy of the United States in Mexico is soliciting proposals (RFP number 19MX5325R0005) for Janitorial and Cafeteria Services, intending to award the contract to the lowest responsible offeror without holding discussions, although discussions may occur within the competitive range. A pre-proposal conference and site visit is scheduled for March 27-28, 2025, though attendance is not mandatory but encouraged. Proposals must be submitted electronically by July 9, 2025, and must adhere to specified format requirements, including a file size limit of 30MB. To be considered, submissions must include extensive documentation, such as a completed pricing schedule, technical proposal, and proof of active registration in the System for Award Management (SAM). Non-compliance with registration requirements will disqualify proposals. This RFP reflects government procedures for securing vendor services, emphasizing the importance of compliance with documentation and procedural standards in public contracting.
    The document outlines a government solicitation for offers related to supplies or services under the Defense Priorities and Allocations System (DPAS). It requires sealed bids by a specified deadline, emphasizing the conditions for late submissions and modifications. The solicitation includes essential components such as a table of contents, evaluation factors, and contracts clauses. Key sections invite interested parties to acknowledge amendments, submit offers, and detail the terms for payment and invoice submissions. Specific details indicate that this request pertains to the U.S. Embassy in Mexico City, with the contract number and relevant contact information provided. The document highlights the necessary steps for bidders to comply with the solicitation requirements, ensuring clarity and adherence to federal contracting procedures. Overall, this solicitation serves as a formal request for competitive offers in the realm of government procurement under established federal regulations.
    The document outlines Amendment 0002 to Solicitation Number 19MX5325R0005, pertaining to janitorial and additional services for the American Embassy in Mexico. The amendment serves to correct and clarify several key components regarding pricing, service requirements, and performance periods for janitorial services. Specific changes include provisions for temporary additional services, amendment of pricing structures for various service years, and updated pricing for standard routine services. Enhanced cleaning and maintenance standards for directive compliance are specified, particularly concerning window cleaning and kitchenettes, with defined frequencies and procedures. The performance timeline for services is detailed, noting a transition to new service agreements as the embassy moves locations. Furthermore, the amendment details safety responsibilities assigned to contractors and alterations in contractual documentation to comply with updated federal regulations. This comprehensive update ensures clarity in contractual obligations while promoting compliance with federal standards for service delivery and government procurement practices.
    The document outlines the procedures for vendors to create and submit invoices using the myILMS Portal, a cloud-based platform designed for managing orders and financial transactions. Access is granted through Google Chrome, where vendors log in with credentials provided post-training. The portal features a user-friendly interface allowing vendors to view recent orders and invoices, search specific records, and create invoices from either the order form or the homepage. Vendors must select an associated order to generate an invoice, which includes filling out necessary fields like invoice numbers and uploading relevant documents. The invoice goes through a status process – Draft, Canceled, Rejected, and Approved – guiding vendors on the current state of their submissions. Additionally, new vendors can create an account through a shared login page, adhering to language preferences and supplying necessary identification details. This structured approach ensures a streamlined process for managing order fulfillment and invoice submissions within the governmental framework, facilitating efficiency and compliance in financial operations associated with federal grants and RFPs.
    The document outlines the implementation of Multifactor Authentication (MFA) for users accessing the Procurement Portal, aimed at enhancing security and user identity verification. MFA is a crucial requirement for ServiceNow systems to comply with departmental identification and authentication standards. Several platforms are available to accommodate different user needs: Google Authenticator for smartphone users, Authy for those without smartphones, and WinAuth for desktop-only users. Setup instructions are provided for each MFA tool, detailing steps for both initial configuration and subsequent logins. Users must perform MFA for each access attempt to the Invoice Submission Portal to ensure only registered users can access their accounts. This document serves as a guideline for federal compliance and enhances security measures in the procurement process, suitable for contexts involving federal grants and RFPs within government operations.
    The training document outlines a session designed to instruct suppliers on how to create and submit invoices using the myILMS portal. It details the process, starting from order creation and invoice submission to managing invoice statuses. Key topics include: 1. **System Overview**: Introduction to the myILMS portal and procedures for invoice creation. 2. **Accessing the Portal**: Instructions on login procedures and navigating the supplier interface. 3. **Creating Invoices**: Step-by-step guidance on generating invoices either from purchase orders or the homepage, and required fields like invoice number and total. 4. **Invoice Items**: Instructions on managing line items, updating quantities, and attached documents. 5. **Submitting Invoices**: Processes for reviewing, sending invoices, and receiving confirmation. 6. **Invoice Statuses**: Explanation of various invoice states such as submitted, draft, canceled, rejected, and approved, including editing options. 7. **Account Requests**: Procedures for new suppliers creating accounts, specifying language preferences, and submitting requests for approval. This document aims to streamline the invoicing process for suppliers working with government contracts, ensuring compliance, accuracy, and efficiency in financial transactions.
    The document outlines the implementation of Multi-Factor Authentication (MFA) for users accessing the invoice submission portal managed by ServiceNow. MFA serves as an added security feature required by the Department's identification and authentication controls. Users can choose from various MFA applications, including Google Authenticator, Authy, and WinAuth, all of which function offline and are free of charge. The setup process for each application is detailed step-by-step. For Google Authenticator, users must download the app, log into the portal, and scan a QR code to link their accounts. Authy requires installing a Chrome extension and verifying a phone number, while WinAuth is designed for desktop installation. Each application generates a time-sensitive authentication code necessary for logging in, reinforcing security by ensuring only registered users can access their accounts. This comprehensive MFA implementation demonstrates the government’s commitment to safeguarding sensitive information in line with federal and state regulations during application processes and transactions involving public funds, aligning with broader goals for data security and user privacy in federal and local government frameworks.
    The Safety Management Plan for the project outlines comprehensive safety and health requirements for contractors and subcontractors engaged in the work, ensuring compliance with both the U.S. Army Corps of Engineers' safety standards and local Mexican industrial safety laws. Key responsibilities include hazard identification before project initiation, daily safety briefings, and ensuring all workers are trained and equipped with proper personal protective equipment (PPE). The document specifies requirements regarding barricading and signage, safety inspections, emergency response protocols, and high-risk work procedures, particularly for tasks involving electricity, heights, scaffolding, and chemical management. Additionally, it addresses operational safety measures for tree trimming and removal, confined space work, and welding activities. Supervisors and contractors are responsible for conducting thorough hazard assessments and implementing mitigation strategies. The Embassy's Contracting Officer Representative (COR) plays a key role in monitoring compliance and addressing any unsafe conditions, with the authority to halt work as necessary. Ultimately, this management plan ensures a safe working environment while outlining the protocol for effective emergency responses, emphasizing the contractor’s responsibility in these matters.
    The document presents a Job Hazard Analysis (JHA) template designed to assess and manage safety risks associated with specific tasks in various work environments. It outlines the required information, including date, location, personnel involved, safety equipment needed, and job steps. The primary focus of the document is identifying potential hazards, categorizing them using a Risk Assessment Code (RAC) system that evaluates severity and probability, and establishing necessary controls for safe procedures and protective measures. The structure of the JHA includes sections for documenting identified hazards, their respective hazard ratings, and specific control measures to mitigate risks. Ratings are assessed based on defined criteria of severity and probability, offering a framework for determining the likelihood of occurrence and the potential impact of hazards. The document's purpose aligns with regulatory compliance and workplace safety management, reflecting the importance placed on safety in government projects and grants, particularly for federal and state entities. By providing a systematic approach to hazard identification and risk assessment, it aims to foster a culture of safety in operational practices.
    The document presents a proposal for a Scorpio Machine (Tractel) designed for building maintenance operations on complex high-rise structures. It outlines the specifications of a powered roof carriage and platform, including a telescopic jib with a maximum lift height of 30 meters, a lifting mechanism able to support 455 kg, and an additional load capacity of 750 kg with a special winch. Key components include a mobile trolley, a turret, and a cradle made of galvanized steel, ensuring safety and reliability. The document emphasizes the machine's compliance with EU directives and ISO standards, detailing its advanced safety devices, including emergency stops and overload protections. It's tailored for tasks such as cleaning and maintenance, allowing operations at heights of up to 280 meters. The Scorpio BMU's design is customizable and supports multiple movement functions to enhance efficiency. This proposal is relevant for government RFPs and grants targeting the construction and infrastructure maintenance sectors, offering a solution that meets high safety standards and operational efficiency for elevated building maintenance tasks.
    This document outlines the equipment and layout specifications for the Food Service Equipment Plan in a federal or state-funded project. It details the installation of various kitchen appliances, including walk-in coolers and freezers, and the necessary conditions for their placement, such as mechanical and electrical requirements. The specifications include notes on condenser unit placements, and installation details, emphasizing compliance with local codes. Equipment like the Rubbermaid 3/4 CU yard tilt truck is approved based on previous submittals, indicating pre-approved specifications within the project's framework. The document also features an equipment layout plan, master equipment schedule, and relevant measurements crucial for the construction phase. This organized approach reflects a commitment to achieving operational efficiency while adhering to safety and compliance standards, essential for fitting out food service facilities under public funding programs.
    The document outlines a detailed inventory of various restroom equipment required for federal and local governmental facilities. Key items include soap dispensers, paper towel dispensers, double toilet paper dispensers, and grab bars, among others. The inventory lists quantities and specifications alongside item codes and brands, notably from BOBRICK and SUGATSUNE. The aggregated totals reveal a need for significant quantities of each item: 194 soap dispensers, 441 paper towel dispensers, and additional bathroom accessories. This extensive list illustrates the demand for public restroom supplies essential for maintaining hygiene in government facilities. The document serves as a request for proposal (RFP) that guides suppliers in understanding the specific products needed, ensuring compliance with sanitary standards and regulations. The focus is on combined bulk purchasing to streamline the acquisition process, thereby facilitating efficient procurement for public health maintenance within governmental spaces.
    The document provides a comprehensive financial breakdown of annual and quarterly averages related to government Request for Proposals (RFPs) and grants for the years 2021 to 2024. It categorizes financial data by specific time periods including months and quarters, detailing earnings from various time slots (AM/PM and different hours) across weekdays. The financial metrics reflect trends in revenue over the specified years, highlighting growth from $101,321.72 in 2021 to an expected $239,906.69 in 2024 for breakfast and from $117,446.58 to $278,086.69 for lunch. The structure includes categorizations by quarters and specific days of the week, showing variations in income over different time slots. This data serves as an analytical tool to evaluate funding trends and performance metrics which could be applied in decision-making processes for resource allocation in future federal and state-funded projects. Overall, the document underlines significant increases in earnings through government initiatives, crucial for forecasting and planning in public sector financial management.
    The "Food Service Guidelines for Federal Facilities," developed by a federal workgroup, aims to promote healthier food choices and sustainable practices in food service operations across federal facilities. The document outlines specific standards for food and nutrition, facility efficiency, environmental support, food safety, and behavioral design. Key goals include ensuring access to healthy foods, adopting environmentally responsible practices, and enhancing food safety measures. The guidelines encourage implementing two levels of standards: Standard, considered widely achievable, and Innovative, promoting exceptional performance. It aligns with the 2015-2020 Dietary Guidelines for Americans and various executive orders related to sustainability. Intended primarily for federal acquisition officials and food service vendors, these guidelines can also serve as a model for state and local governments. The document emphasizes the importance of sourcing local and organic food, the necessity of training staff on food safety, and the value of using behavioral design strategies to enhance food choices. Ultimately, these guidelines aim to create a more effective and responsible food service environment within federal facilities while supporting community health and sustainability efforts.
    The "Ancillary Report of the Food Service Guidelines for Federal Facilities" serves to update and enhance existing food service standards for federal premises. Authored by the Food Service Guidelines Federal Workgroup, including representatives from nine federal agencies, it aims to align food service operations with the latest health guidelines and government mandates. Key updates include the incorporation of the 2015-2020 Dietary Guidelines, enhancing food and nutrition standards to promote healthier food and beverage choices. New sections on food safety, behavioral design, and efficiency standards were introduced, alongside the application of environmental support practices. The guidelines are primarily directed at federal acquisition staff, food vendors, and oversight personnel, providing criteria for Requests for Proposals (RFPs) and proposals evaluation. The report emphasizes supporting local and organic food sourcing, reducing sodium in meals, and ensuring that food service vendors comply with established health and safety protocols. Overall, it promotes a holistic approach to food service that encapsulates nutrition, safety, sustainability, and efficiency, reaffirming the federal commitment to fostering healthier environments in public institutions.
    The 2022 FDA Food Code serves as a model for ensuring public health and food safety at retail food establishments. The document provides a comprehensive framework for local, state, and federal jurisdictions to adopt regulations safeguarding food from contamination and misrepresentation. It outlines significant health concerns related to foodborne illnesses in the U.S., estimating approximately 48 million illnesses annually. The Food Code emphasizes five public health interventions, including employee hygiene and temperature control, to mitigate risks associated with foodborne pathogens. The Code is structured into chapters covering management, food safety protocols, equipment standards, and compliance measures, allowing regulatory bodies to easily enforce relevant health standards. New modifications in the 2022 edition include the addition of sesame as a major food allergen, requirements for allergen labeling, criteria for food donation, and new regulations about pet dogs in outdoor dining areas. This document is crucial for shaping food safety regulations under government RFPs and grants, as it provides a legally sound basis for food industry regulation while being adaptable for various jurisdictions. The Food Code synthesizes findings from previous versions and stakeholder input, reinforcing the importance of a unified and scientifically sound approach to food safety.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Maintenance services for generators
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit maintenance services for generators. The objective of this procurement is to ensure reliable operation and upkeep of the generators used at the Embassy, with the contract anticipated to cover a base year and two optional one-year extensions, contingent upon government approval. This service is critical for maintaining the Embassy's operational capabilities and ensuring continuous power supply. Interested contractors should note that the solicitation is not yet available, but will be posted on SAM.gov, and they are encouraged to register in the System for Award Management prior to submission. For further inquiries, potential bidders can contact Petra Suric Jankov or Veronica Tecuatl via email at MexicoCityGSOSolicitations@groups.state.gov.
    Gasoline Provision Services
    State, Department Of
    The U.S. Embassy in Mexico City is soliciting proposals for gasoline provision services for Government Owned Vehicles (GOVs) under Solicitation Number 19MX5325Q0007. The contract requires the supply of premium, regular, and diesel fuel, along with fuel management systems for tracking usage, detailed monthly reporting, and billing in Mexican Pesos, with a ceiling price of $3,600,000 USD per year. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is crucial for ensuring the operational readiness of U.S. government vehicles across Mexico, including nine consulates. Interested offerors must submit their proposals electronically by January 2, 2026, and are encouraged to contact Morgan Osborne at MexicoCitySolicitations@groups.state.gov for further details.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is soliciting offers for janitorial services at the U.S. Embassy in Reykjavik, Iceland, under contract number 191C7026Q0002. The procurement involves a firm fixed-price contract for a one-year base period with two additional one-year options, covering comprehensive cleaning services across Embassy facilities totaling 1,891 square meters. This contract is crucial for maintaining a clean and safe environment for embassy operations, and it includes specific requirements for personnel standards, insurance, and compliance with federal regulations. Interested vendors must submit their quotations electronically by January 5, 2026, with a site visit scheduled for December 12, 2025, and clarification requests due by December 15, 2025. For further inquiries, vendors can contact the Reykjavik Contracting Officer at reykjavikco@state.gov or by phone at 354-595-2200.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide janitorial services for the U.S. Embassy in Amman, Jordan. The contract will encompass cleaning and sanitation services to ensure a clean, safe, and hygienic environment for all staff and visitors, with an anticipated performance period consisting of a base year and four optional one-year extensions. This procurement is crucial for maintaining operational standards at the embassy, and interested contractors must be registered in the System for Award Management (SAM) prior to proposal submission. For further inquiries, potential bidders can contact Jeff K. Blythe at BlytheJK@state.gov or by phone at +962-6-590-6604.
    Resizing Supply Side Bonding Jumper (SSBJ)
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit bids for the resizing of the Supply Side Bonding Jumper (SSBJ) at the secondary side of the LV Dry Transformers located at the embassy. This project is critical for ensuring the proper functioning and safety of electrical systems within the embassy's infrastructure. The anticipated contract will be a firm fixed price type, with a performance period consisting of a base year and two optional one-year extensions, contingent upon government approval. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their quotations electronically before the specified deadline, with inquiries accepted until June 10 at 12:00 hours Mexico City time, directed to MexicoCityGSOSolicitations@groups.state.gov.
    JANITORIAL SERVICES
    State, Department Of
    The U.S. Department of State is soliciting quotations for janitorial services for the U.S. Tri-Mission in Rome, as well as the Consulates in Milan and Florence, and the Consular agency in Genoa, Italy. The contract will encompass comprehensive cleaning services for various government-owned and leased properties, requiring the contractor to provide all necessary labor, materials, equipment, and supervision, with an emphasis on safety and English-speaking personnel. This procurement is crucial for maintaining the cleanliness and hygiene of U.S. diplomatic facilities, ensuring compliance with both U.S. and local health standards. Interested vendors must submit their electronic quotations by January 12, 2026, and can contact Crystal D. Sheridan at SheridanCD@state.gov or Tiziana Carfora at CarforaT@state.gov for further information.
    Janitorial Services at the U.S. Consulate, Dubai, UAE
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Consulate in Dubai, UAE, under RFP number 19TC1226R0001. The contract, which is set to commence on March 2, 2026, requires the provision of all labor, materials, equipment, and services necessary for comprehensive cleaning operations at the consulate. This procurement is crucial for maintaining a clean and secure environment for diplomatic operations, with specific cleaning requirements outlined for various frequencies. Interested vendors must attend a pre-proposal conference on December 17, 2025, and submit their proposals via email by January 7, 2026, at 09:00 AM (UAE local time). For further inquiries, vendors can contact Danielle Aldawood at DubaiGSOProcurement@state.gov or Haya M Hajeer at HajeerHM@state.gov.
    ODC - GYM MEMBERSHIPS
    State, Department Of
    The U.S. Embassy in Mexico City is seeking proposals for gym memberships to support 31 Department of Defense (DoD) and Defense Attaché Office (DAO) military personnel stationed in the area. The memberships, required for the period from January 1, 2026, to December 31, 2026, must provide access to modern gym facilities located in specific neighborhoods such as Polanco, Santa Fe, San Angel, and Interlomas, with extended hours and a range of amenities including group fitness classes, pools, and nutrition counseling. Interested vendors must ensure uninterrupted access to services and maintain effective communication with the U.S. Military Group in Mexico, with proposals to be submitted electronically via email. For further inquiries, contact Morgan Osborne or Ibis Sharif Chavez at MexicoCitySolicitations@groups.state.gov.
    Direct Health and Medical Insurance Carriers
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is soliciting proposals for health insurance coverage for its locally employed staff and their eligible family members in Mexico. The contract aims to provide comprehensive health benefits, including hospitalization, outpatient care, and specialized treatments, with a focus on meeting defined minimum coverage requirements. This procurement is crucial for ensuring the well-being of U.S. Government employees and their dependents stationed in Mexico, with a contract term consisting of a base year and four optional one-year extensions. Interested offerors must submit their proposals by January 7, 2026, and are encouraged to direct any inquiries to Morgan L. Osborne at MexicoCityGSOSolicitations@groups.state.gov by November 24, 2025.
    U.S. Embassy in South Africa has a requirement for Janitorial services.
    State, Department Of
    The U.S. Department of State is seeking a contractor to provide janitorial services for the U.S. Embassy and associated facilities in Pretoria, South Africa, through a fixed-price contract. The contractor will be responsible for comprehensive cleaning tasks across various designated spaces, including offices, restrooms, and common areas, over a one-year period with the possibility of two additional one-year extensions. This procurement is crucial for maintaining cleanliness and adherence to safety standards within U.S. Government properties. Interested contractors must submit their quotations by January 20, 2026, and attend a pre-quotation conference on January 13, 2026; for further inquiries, they can contact Johann Baasden at baasdenjw@state.gov or William S. Bostwick at bostwickws@state.gov.