USBP Yuma Firing Range Bathroom Cleaning
ID: 20142228Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, 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 Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide janitorial services for the restroom facilities at the USBP Yuma Firing Range in Yuma, Arizona. The contract requires weekly cleaning of two bathrooms to ensure compliance with Occupational Safety and Health Administration (OSHA) standards, with specific tasks outlined in the Statement of Work, including cleaning toilets, sinks, and floors, as well as trash removal. This procurement is crucial for maintaining a clean and safe environment for U.S. Border Patrol agents, with a contract period starting September 25, 2024, and options for up to four additional years. Interested parties must submit their quotations by September 11, 2024, to Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov, ensuring compliance with all outlined requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Homeland Security, specifically the U.S. Customs and Border Protection, Yuma Sector, requires cleaning services for two restroom facilities at the Adair Range in Yuma, AZ, utilized for agent training. The contract aims to maintain compliance with Occupational Safety and Health Administration (OSHA) standards. The chosen contractor must clean the bathrooms weekly, which includes mopping concrete floors and ensuring all fixtures are sanitary. The cleaning is scheduled for either Tuesday or Wednesday during a specific timeframe, with a potential for adjustment based on shift changes or range usage. The contract spans from September 25, 2024, for 12 months, with options for four additional years based on government needs. The document outlines security protocols, specifies that no government-furnished equipment will be provided, and includes conditions that cleaning services will be suspended during designated range closures and federal holidays. Key points of contact include a program management office and contract specialists who will coordinate range access and contract details. This cleaning service procurement is essential for maintaining functional sanitary facilities for Border Patrol agents while adhering to safety regulations.
    The document is a quotation pricing sheet for the solicitation RFQ 20142228, which pertains to cleaning services for bathrooms at the USBP Yuma Firing Range. It outlines the contract's duration over several years, starting with a base year from September 25, 2024, to September 24, 2025, and includes four optional extension years. Contractors are required to fill in specific pricing in designated blue cells, with the form designed to auto-calculate total annual and potential contract prices based on the monthly quantities specified. This document is essential for organizers in setting budget expectations and for contractors to provide compliant and competitive proposals for the cleaning service contract at the firing range. The structured format ensures clarity and easy comparison of costs across the defined periods.
    The document outlines the applicable clauses and provisions for RFQ 20142228, detailing the contract terms essential for government acquisition processes. It begins by citing the incorporation of clauses by reference, emphasizing that these clauses hold inherent legal authority. Key sections include safeguarding contractor information systems, outlining specific security controls, and compliance with Federal Acquisition Regulation (FAR) clauses that implement legal provisions for commercial products and services. The contract structure consists of a firm-fixed-price purchase order with potential for one base year and four option years. Notably, the contractor is required to adhere to numerous compliance mandates, including restrictions on contracting with entities involved in specific telecommunications and software services. The document underscores the government's emphasis on security, ethical practices, and compliance with statutory requirements, ensuring the protection of federal contract information and orderly contract execution. Furthermore, it delineates the process for contract extensions and outlines the authority of the Contracting Officer as the sole entity permitted to amend contract terms. This document serves as a critical reference for contractors to understand their obligations concerning federal procurement and compliance.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically for federal contracts in Yuma County, Arizona. It specifies the minimum wage rates for various occupations, influenced by Executive Orders 14026 and 13658. Contracts awarded post-January 30, 2022, mandate a minimum wage of $17.20 per hour, while those awarded between January 2015 and January 2022 require a minimum of $12.90 per hour. The document lists numerous job classifications along with corresponding wage rates and fringe benefits, including required health and welfare payments. It encompasses provisions for paid sick leave and outlines obligations regarding uniforms and hazardous pay. Importantly, it details processes for adding classifications not listed in the wage determination and emphasizes compliance for contractors under the specified Executive Orders. This document is vital for ensuring fair labor standards and compliance in government contracts, reflecting a commitment to protecting workers' rights in federally funded projects.
    The document details a Q&A segment regarding the RFQ 20142228 for cleaning bathrooms at the USBP Yuma Firing Range. It clarifies that the current contractor is GERMRIP LLC, specified cleaning tasks are minimal, and the contractor is responsible only for providing can liners. The contractor must supply their own water tank for cleaning, and each of the two bathrooms has a square footage of 6’x4.’ There is no scheduled site visit for potential bidders, but bidders can refer to the Statement of Work for a comprehensive description of the cleaning area. Overall, the document serves as a guideline for potential contractors, outlining their responsibilities and the specifics of the cleaning contract.
    The U.S. Department of Homeland Security's U.S. Customs and Border Protection announces a Request for Proposal (RFP) for cleaning services for the restroom facilities at the Adair Range training facility in Yuma, AZ. The contract requires weekly cleaning of two bathrooms to meet Occupational Safety and Health Administration (OSHA) standards. Specific tasks include cleaning toilets and sinks, mopping floors, providing water, and trash removal. The cleaning will occur once a week, either on Tuesday or Wednesday, with a specified time frame between 0900 and 1100. The contract has a base period of one year starting September 25, 2024, with options for up to four additional 12-month periods, contingent on the Government's needs. There are stipulations regarding access to the range, compliance with federal holidays, and the necessity for approval for any changes to the contract. The document outlines contact details for the Program Management Office, Contract Specialist, and Contracting Officer, emphasizing the structured communication necessary for the project's execution. Overall, this RFP aims to ensure a clean and safe working environment for U.S. Border Patrol agents by outsourcing maintenance tasks to qualified contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janitorial Services - Amistad Field Office
    Active
    International Boundary And Water Commission: Us-mexico
    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.
    S--JANITORIAL SERVICES,DSW GILA SUB,YSC, YUMA ARIZONA
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide janitorial services for the Gila Substation and Yuma Service Station located in Yuma, Arizona. The procurement includes a base performance period plus four option years, aimed at maintaining cleanliness and hygiene standards at these facilities in support of the Western Desert Southwest Region. Janitorial services are critical for ensuring operational efficiency and safety within government facilities. Interested parties should contact Brant M. Sylvester at sylvester@wapa.gov or call 916-365-4460 for further details, as the solicitation includes an amendment extending the closing date and providing information on an onsite visit.
    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.
    BNF NZ Vault Toilet Cleaning
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide sanitation and cleaning services for vault toilets located on the Cascade and Lowman Ranger Districts of the Boise National Forest. The primary objective of this procurement is to ensure the cleanliness and hygiene of public restroom facilities through a five-year contract, which is set to commence on September 30, 2024, with options for additional annual extensions. These services are crucial for maintaining public health and safety in recreational areas, emphasizing the importance of compliance with federal safety and environmental standards. Interested small businesses are encouraged to submit their technical and price proposals, and for further inquiries, they may contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791.
    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.
    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.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    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.
    S2--OPTION - Snow Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide snow removal services under a total small business set-aside contract. The procurement aims to ensure that snow removal meets or exceeds specified requirements outlined in the Statement of Work, which is critical for maintaining operational efficiency during winter months. Interested vendors must submit their bids through the Unison Marketplace platform, with the solicitation closing on September 20, 2024, at 3:30 PM Eastern Time. For inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.