S--Palomino Valley Center Janitorial Services
ID: 140L3925Q0071Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Palomino Valley Center in Reno, Nevada, under solicitation number 140L3925Q0071. The contractor will be responsible for providing comprehensive custodial services, including labor, supervision, and supplies, to maintain cleanliness and hygiene standards in the main office and associated facilities. This contract, set aside for small businesses under NAICS code 561720, emphasizes the use of environmentally friendly products and adherence to federal regulations, including the Service Contract Labor Standards. Interested parties must submit their quotes and supporting documents by 11:00 AM PT on August 13, 2025, and can direct inquiries to Carey Grund at cgrund@blm.gov or Tyler Johnson at TLJohnson@blm.gov.

    Point(s) of Contact
    Grund, Carey
    (775) 861-6481
    (775) 861-6710
    cgrund@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks a contractor to provide janitorial services at the Palomino Valley Center in Nevada, covering both the Main Office and the attached lunchroom. The contract requires comprehensive custodial duties, including cleaning, waste management, and restroom maintenance, with a focus on using environmentally friendly products that meet specific certification standards. Services are to be performed weekly during regular office hours and must cover all designated areas, ensuring cleanliness and hygiene standards are upheld. The contractor is responsible for providing all necessary materials and equipment, ensuring compliance with safety regulations, and conducting background checks for personnel requiring access to government facilities. Additionally, the contract stipulates management responsibilities, including planning, quality control, and communication with the BLM representatives to ensure timely and satisfactory service delivery. Performance is evaluated on a range of criteria, with specific quality assurance measures in place to monitor service standards. This comprehensive scope emphasizes the government's commitment to maintaining a clean and safe environment while adhering to environmental and safety regulations.
    This document provides answers to questions regarding Solicitation 140L3925Q0071 for PVC Janitorial Services. It clarifies that Reliance Contractors, Inc. was the incumbent for a similar contract in 2017, with contract number L17PX00733 and a value of $36,300.00. The document also addresses product requirements, stating that a list of material requirements for toilet paper and paper towels is on page 3 of the performance work statement. Soap should be a commercially available pump type. Finally, it specifies the types of dispensers the contractor is responsible for refilling: three-fold paper towel dispensers, one paper towel roll dispenser, and commercially available single-roll toilet paper dispensers.
    The document, Amendment 0001 to Solicitation 140L3925Q0071, addresses questions received regarding the solicitation, with answers provided in an attached Q&A document. Key deadlines include an August 13, 2025, 11:00 AM PT deadline for quotes and supporting documents to be submitted via email to cgrund@blm.gov and TLJohnson@blm.gov. The period of performance is from September 1, 2025, to August 31, 2026. The amendment emphasizes that all requested documentation must be submitted as the government will not request additional information. This amendment ensures clarity and provides essential updates for potential offerors, maintaining all other terms and conditions of the original solicitation.
    The Bureau of Land Management (BLM) is issuing a Request for Proposal (RFP) for janitorial services at the Palomino Valley Center in Reno, Nevada, under solicitation number 140L3925Q0071. The project involves providing comprehensive custodial services, including labor, supervision, and supplies for the main office and associated facilities, adhering to industry standards and the Performance Work Statement. This contract requires compliance with several federal regulations, including but not limited to the Service Contract Labor Standards and Executive Order minimum wage requirements. The anticipated contract is a single firm-fixed-price contract, exclusively set aside for small businesses under NAICS code 561720. Key deliverables are due by 11:00 AM PT, August 13, 2025. Interested parties must submit questions in writing to the designated contacts, Carey Grund and Tyler Johnson, and must arrange a site visit scheduled for August 5, 2025. The document outlines the procedures for proposal submission, evaluation criteria, and the contract's administrative details, including invoicing protocols through the Invoice Processing Platform (IPP). The BLM’s goal is to ensure a high standard of cleanliness in government facilities while supporting small business initiatives, demonstrating a commitment to quality and compliance in public sector contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    S--NHTIC SNOW REMOVAL 2026
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The contract encompasses a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal periods extending through December 31, 2030, to ensure safe access and operations for both employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. Interested contractors are encouraged to attend a pre-bid site visit on December 9, 2025, at 10:00 AM Mountain Time, and must submit their proposals by December 18, 2025, with evaluations based on technical capability, price, and past performance. For further inquiries, contact Contract Specialist Huong (Tiffany) Le at hle@blm.gov or (307) 881-2101.
    Sandia RD Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    Delta WH&B Facility Hay
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. This opportunity is a total small business set-aside, requiring the hay to be from the 2025 harvest, domestically grown, and to meet specific quality and baling standards, with delivery required by January 31, 2026. The hay is essential for the care and feeding of wild horses and burros at the facility, ensuring their health and well-being. Quotes are due by December 15, 2025, at 5:00 PM Mountain Time, and must be submitted via email to Tori Blunt Mayes at tbluntmayes@blm.gov, with evaluations based on a Lowest Price Technically Acceptable (LPTA) approach.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.