Janitorial Services
ID: FY25r3141015Type: Combined Synopsis/Solicitation
AwardedFeb 19, 2025
$48K$48,000
AwardeeTriangle Maintenance and Commercial Janitorial Services LLC Burlington NC 27215 USA
Award #:191BWC25P0034
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The International Boundary and Water Commission (US-Mexico) is seeking qualified contractors to provide janitorial services at its facilities located in Mercedes, Texas. The procurement encompasses comprehensive cleaning and maintenance for three primary buildings totaling approximately 8,000 square feet, including an administration building, personnel building, and shop offices. This contract is crucial for maintaining a clean and safe environment for the agency's operations and will require the contractor to supply all necessary labor, materials, and equipment, adhering to federal standards and regulations. Interested parties should contact Angelica Baca at angelica.baca@ibwc.gov for further details, with the contract duration set for one year and the possibility of four additional option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the applicable terms and conditions associated with a federal government procurement process, focusing on the requirements for contractors involved in commercial products and services. It establishes the incorporation of specific Federal Acquisition Regulation (FAR) clauses and provisions relevant to the contracting process, notably emphasizing compliance with various legal and executive orders regarding labor standards, equal opportunity, and contractor responsibilities. Key provisions detail requirements regarding identity verification, payment processes for small businesses, and the prohibition of certain telecommunications services associated with national security concerns. The document highlights the use of the Invoice Processing Platform for electronic invoicing, aiming to streamline administrative processes for contractors. The evaluation criteria for bids are characterized as "Lowest Price Technically Acceptable," indicating how offers will be assessed. The document also underlines the importance of representations and certifications from offerors about their compliance with various socio-economic programs, including those catering to disadvantaged groups. Overall, this document serves as a comprehensive guideline for contractors bidding for governmental contracts, ensuring transparency, legal compliance, and equitable treatment of all bidders.
    This document outlines a solicitation for janitorial services for the International Boundary and Water Commission (IBWC) at the Mercedes Field Office in Mercedes, Texas. It includes a price sheet structured into Contract Line Item Numbers (CLINs) for a base year of service and four subsequent option years, each encompassing a 12-month period. The contractor is required to provide pricing for each year, with the total costs to be included in the final quote. The office is located at 325 Golf Course Road, and the estimated performance period (POP) for the services is specified for one year after each contract phase, starting with the base year. The document emphasizes the importance of including all associated costs, as the federal government is tax-exempt. Contractors must provide their name, active Unique Entity Identifier (UEI) number, point of contact (POC) name, signature, and date of submission. Overall, this solicitation aims to secure comprehensive janitorial services that meet the requirements set forth in an attached scope of work while ensuring compliance with federal contracting guidelines.
    The document outlines a Request for Proposals (RFP) for janitorial services, indicating that it is a new requirement. The anticipated budget for the services is undisclosed, and the contractor is responsible for providing all necessary materials and equipment. The facilities to be cleaned include the Administration Building (4,000 sq ft), Personnel Building (3,000 sq ft), and Shop Offices (1,000 sq ft), with a designated outdoor disposal area for waste. No special handling for hazardous materials is needed, and the contractor must supply all required equipment, as USIBWC onsite equipment cannot be used. Security measures include fingerprint checks for personnel, and staff are expected to maintain proper attire. Attendance at a pre-proposal site visit is encouraged but not mandatory. The contractor is not subject to any union agreements, and there are no current plans for changes affecting the scope of work. Overall, the document highlights logistical, operational, and security requirements for potential contractors, ensuring compliance and operational efficiency in janitorial services across the specified facilities.
    The document outlines a Request for Information (RFI) regarding janitorial services for the Mercedes Field Office. The inquiry seeks to clarify several key aspects of the facility's needs, including the total number of restrooms, urinals, toilets, and the number of employees (35) working hours (Monday to Thursday, 7 AM to 4:30 PM; Friday, 7 AM to 3:30 PM). It notes a minimal visitor impact on janitorial services. There is also inquiry about flexibility in the scent options for urinal and office deodorizers, indicating the government is open to alternatives beyond specified scents. Additionally, questions regarding trash bag sizes for various receptacles and the building structure (all being single-story) are addressed. This document serves as critical communication to potential contractors, ensuring clarity on service expectations and requirements before the formal Solicitation process. It exemplifies the federal government’s procedural transparency in procurement and the significance of detailing project scopes for service providers.
    The provided document outlines specifications for facilities management, including restroom amenities, flooring, and furniture arrangements. Key points indicate that the facility contains five showers, seven toilets, two urinals, and approximately 1200 square feet of carpeting. Additionally, it lists two refrigerators, 20 trash receptacles, one shredded paper receptacle, and the provision for 20 windows measuring 4 x 8 feet. The document also specifies that there are 15 desks in a space totaling around 1300 square feet. It is evident that this information is essential for responding to government RFPs relating to facility maintenance, renovation, or construction, ensuring all necessary amenities are accounted for to meet compliance standards. The organized format of questions and answers facilitates clarity, making it easy for stakeholders to comprehend the requirements for potential projects associated with this facility.
    The document outlines cleaning and maintenance requirements for a facility, focusing on inventory needs and floor care specifications. Inventory items such as toilet tissue, hand soap, and trash bags must be assessed and replenished as necessary by the contractor. For flooring, it details specific cleaning approaches for various types: - Carpet cleaning must adhere to the Scope of Work, with a recommendation for deep steam cleaning despite a suggestion for vacuuming only. - Restroom ceramic tiles require only sweeping and mopping, while VCT floors need an initial full strip and wax due to visible damage. - Saltillo tile requires a deep clean and sealing, but only sweeping and mopping is approved. - Quarterly servicing of floors and carpets may be scheduled in the first month, impacting pricing estimates. Key logistical details include the number of employees, trash cans, and specific cleaning schedules. The document emphasizes adherence strictly to the Scope of Work, ensuring clarity in responsibilities and expectations for the contractor. It is indicative of procedures critical in managing federal and state RFPs concerning maintenance and inventory management in public facilities.
    The U.S. International Boundary and Water Commission (US IBWC) seeks competitive bids for janitorial services at its Lower Rio Grande Field Office (LRGFO) in Mercedes, TX. The contractor will supply all labor, supervision, materials, and equipment necessary for maintaining cleanliness in three primary buildings—an administration building, personnel building, and shop offices—totaling approximately 8,000 square feet. Services will be performed weekly on Tuesdays, adjusting during emergencies at the Program Manager’s discretion. Key duties include emptying trash, cleaning floors, dusting furniture, disinfecting restrooms, and maintaining janitorial supply areas. The contract duration is one year, with the potential for up to four additional years. Contractors must comply with Department of Labor wage standards, and regular inspections will ensure quality control. A site visit before bidding is strongly encouraged, with contact information provided. The document emphasizes confidentiality, requiring written authorization for any information release. Overall, this RFP outlines comprehensive janitorial requirements and establishes a framework for service delivery aligned with federal procurement standards.
    Lifecycle
    Title
    Type
    Janitorial Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Operation & Maintenance of the South Bay Wastewater Treatment Plant
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking contractors for the operation and maintenance (O&M) of the South Bay International Wastewater Treatment Plant (SBIWTP) located in San Diego, California. The contract encompasses full-service O&M, including management of the plant's operations, maintenance of its facilities, and compliance with environmental regulations, particularly during the ongoing expansion of the plant's capacity from 25 million gallons per day (MGD) to 35 MGD, with future plans to reach 60 MGD. This project is critical for managing wastewater from Tijuana, Mexico, and ensuring compliance with the National Pollutant Discharge Elimination System (NPDES) permit requirements. Interested parties must submit proposals by January 16, 2026, with further inquiries directed to Philip Johnson at philip.johnson@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov.
    Custodial Services at TX054
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services at the Luis Garcia Memorial ARC located in McAllen, Texas. The procurement requires the contractor to supply all necessary labor, transportation, equipment, materials, and supervision to fulfill the custodial services as outlined in the Performance Work Statement. This service is crucial for maintaining cleanliness and hygiene standards at the facility, which supports various military and community functions. The contract period is set from February 1, 2026, to January 31, 2027, with four optional twelve-month extensions and a six-month option to extend services. Interested parties should contact Zachary Skrede at zachary.r.skrede.civ@army.mil or by phone at 520-706-4078 for further details.
    Maintenance Repair Services
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico, is seeking proposals for maintenance and repair services for residential properties leased by the U.S. Government Mission in Mexico City. The contract encompasses a range of general maintenance tasks, including plumbing, electrical work, carpentry, painting, and other essential upkeep activities, as well as commissioning and decommissioning services for properties. This procurement is vital for ensuring that the leased housing remains safe, functional, and habitable for government personnel. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals electronically to the designated contacts, Morgan Osborne and Luisanatalia Salceda, at MexicoCityGSOSolicitations@groups.state.gov, prior to the specified deadline.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project along the U.S./Mexico Border in Texas. The procurement involves maintenance, repair, and improvement services for various TI assets, including roads, bridges, fences, vegetation control, and drainage systems, across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors. This initiative is crucial for maintaining border security infrastructure and ensuring operational efficiency. Interested 8(a) contractors must attend a mandatory site visit scheduled for January 6-8, 2026, and submit RSVPs by December 26, 2025, to the designated contacts, Muhanad Sasa and Donna McMullen, via email.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Soft-Sided Facilities and Wrap-around Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    USIBWC SCADA Lifecycle Support
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.