Janitorial Service - New Mexico
ID: 70FBR625Q00000019Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 7: EMERGENCY PREPAREDNESS ANKANSAS CITY, MO, 64108, 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, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide janitorial services at the Joint Recovery Office (JRO) located in Santa Fe, New Mexico. The contractor will be responsible for comprehensive cleaning tasks within a facility of 94,829 square feet, including daily cleaning, routine disinfecting, and periodic window cleaning, with a contract period structured as a two-month base period followed by options extending up to 30 months. This procurement is crucial for supporting FEMA's disaster recovery efforts following the Hermits Peak and Calf Canyon Fires, ensuring operational safety and effective service delivery. Interested parties should contact Michael Bonds at michael.bonds@fema.dhs.gov or Arlene Warren at arlene.warren@fema.dhs.gov, with an estimated total contract value between $165,000 and $179,000, and the base period commencing on March 20, 2025.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the janitorial service requirements for the Federal Emergency Management Agency (FEMA) at the Joint Recovery Office (JRO) in Santa Fe, NM, particularly in response to disaster assistance following the Hermits Peak and Calf Canyon Fires. The contractor must provide comprehensive janitorial services including daily cleaning tasks, routine disinfecting, and periodic window cleaning within a facility spanning 94,829 sq ft. The period of performance is structured as a two-month base period with options extending up to 30 months. Key responsibilities include providing all cleaning supplies and equipment, ensuring compliance with safety regulations, and maintaining accurate reporting of services rendered. The contractor must employ qualified staff who can pass background checks and facilitate meetings at government locations. FEMA outlines its commitments, including monitoring contractor performance and spending taxpayer funds responsibly. The document emphasizes quality control and the need for ongoing communication between the contractor and FEMA representatives to ensure compliance with service requirements and standards. Ultimately, the SOW establishes a framework to support FEMA's disaster recovery efforts while ensuring effective service delivery and operational safety.
    This document is a Request for Proposal (RFP) for janitorial services in support of Disaster Recovery (DR-4652-NM) located at the Joint Recovery Office in Santa Fe, New Mexico. The solicitation is set aside for small businesses primarily operating in New Mexico, with an estimated total contract value between $165,000 and $179,000 over a duration of 2.5 years, which includes the base period and option periods. The initial base period spans from March 20, 2025, to July 19, 2025, valued between $55,000 and $59,612, and requires service only on weekdays. The RFP outlines that multiple option periods may extend services further into the contract, with specific pricing and periods designated for each phase listed as separate line items. The wage determination applicable to the contract is also provided, ensuring compliance with federal labor standards. This procurement signifies federal efforts to engage local small businesses while fulfilling essential service requirements for government facilities. Overall, it highlights the government's commitment to supporting local economies and maintaining operational standards in public service facilities.
    The government file outlines terms and conditions for contractors involved in federal contracts, emphasizing crucial aspects such as the restriction on using artificial intelligence without authorization, financial responsibility certifications, and the process for submitting contractor assurance information. Contractors must prove financial capacity and disclose any legal issues affecting their project capability. The document includes detailed procedures for invoice submissions using specific forms and highlights the importance of prior approval for publicizing contract details. A significant focus is placed on local business preferences within disaster-affected areas for specific solicitation opportunities. Local firms are given evaluation advantages, ensuring community engagement in restoration efforts. The section detailing protest procedures encourages dispute resolution through FEMA's Alternative Dispute Resolution services before formal protests are filed. Issues such as compliance with the Buy American Act, veteran-owned business certifications, and representations regarding previous legal matters further illustrate the rigorous standards imposed on prospective contractors. By defining the regulatory framework for contractor accountability and engagement with local businesses, this document plays a vital role in maintaining transparent and responsible government contracting processes.
    The document outlines the Wage Determination No. 2015-5449 issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates applicable to contracts beginning or renewed after January 30, 2022, influenced by Executive Orders 14026 and 13658. For 2025, the minimum wage is set at $17.75 per hour for relevant contracts; otherwise, it is $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed thereafter. This determination is particularly relevant for contractors and subcontractors operating in Santa Fe County, New Mexico, and details numerous occupational wage rates and fringe benefits. Categories cover administrative, automotive, food service, health occupations, and more, with specific rates for various roles listed. Additional stipulations include required health benefits, vacation, and paid sick leave under Executive Order 13706. The document also explains the conformance process for any non-listed classifications, ensuring fair wage practices. The comprehensive wage determination serves as a guideline for federal contractors to ensure compliance with labor laws while executing government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking technical support for the Hermit’s Peak/Calf Canyon Claims Review. This contract aims to provide essential assistance in the processing of claims related to the Hermit’s Peak and Calf Canyon fires, ensuring efficient and claimant-centric service delivery. The contractor will be responsible for tasks such as claim intake, documentation collection, evaluation of claims for compensatory damages, and maintaining compliance with regulatory guidelines, all while delivering a quality control plan and facilitating communication with claimants. Interested parties can contact Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov for further information regarding this opportunity.
    Janitorial Services, Conchas Dam Project, New Mexico
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting quotes for janitorial services at the Conchas Dam Project in New Mexico, with a total small business set-aside. The contract, identified by requisition number W912PP25QA005, encompasses a range of cleaning services for administrative and maintenance buildings, as well as recreational areas, with an estimated total award amount of $22,000,000 and a performance period extending through December 31, 2025, with options for four additional years. This opportunity reflects the federal government's commitment to supporting small and women-owned businesses in providing essential services. Interested contractors should submit their quotes electronically and may contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil or Diana Mae Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL for further information, with a site visit scheduled for March 19, 2025.
    El Rito Ranger District Janitorial with Four Year Options. Comb. Synopsis/Solicitation
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the El Rito Ranger District in New Mexico, under Solicitation 127EAV25Q0005. The contract includes a base period of one year with four optional renewal years, requiring the contractor to provide all necessary management, tools, equipment, and labor to maintain cleanliness across approximately 5,700 square feet of facilities, including office spaces, restrooms, and workout areas, with services to be performed three times a week. This initiative is vital for ensuring a clean and professional environment that supports the district's operations, reflecting the government's commitment to maintaining high standards in federal properties. Interested small businesses must submit their technical and price proposals, along with past performance references, by March 26, 2025, and can contact Jestina Campbell or David Watson for further information.
    MIMBRES/WILDERNESS RD JANITORIAL SERVICES
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Wilderness Ranger District in Mimbres, New Mexico, under solicitation number 127EAV25Q0007. The contract encompasses a base year from April 1, 2025, to March 31, 2026, with four optional years extending to March 31, 2030, and includes routine weekly cleaning, quarterly deep cleaning, and annual carpet shampooing for three office buildings totaling approximately 4,340 square feet. This procurement is vital for maintaining cleanliness and hygiene standards in government facilities, ensuring compliance with bio-based procurement requirements and safety regulations. Interested contractors must submit proposals by March 23, 2025, and direct any questions to Ellena Silva at ellena.silva@usda.gov before March 17, 2025.
    SFO - RECREATIONAL SITES JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites, specifically at the Box Canyon and Socorro Nature Area in New Mexico. The contract requires cleaning specific restroom facilities twice weekly, including tasks such as trash removal, sweeping, and reporting maintenance issues, with the contractor responsible for all necessary supplies and equipment. This procurement underscores the BLM's commitment to maintaining clean public facilities, with a contract duration comprising a base year and an optional follow-up year. Interested vendors must submit their quotations by March 19, 2025, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further details.
    SOURCES SOUGHT--Security Enterprise Services and National Maintenance
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified vendors for the Security Enterprise Services and National Maintenance Acquisition, aimed at providing comprehensive maintenance, repair, modification, and installation services for Electronic Security Systems (ESS) across its facilities. This initiative focuses on enterprise standardization, infrastructure modernization, and security convergence, ensuring compliance with federal and industry standards while enhancing FEMA's security infrastructure. The contract will cover various security systems, including Intrusion Detection Systems and Video Surveillance Systems, with a contract period of 12 months and an optional extension, emphasizing the need for qualified personnel with Top Secret Security clearances. Interested parties should contact Matthew Raible at matthew.raible@fema.dhs.gov or call 540-542-2248 for further details, with responses due by the specified deadline.
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers-New England District, is seeking qualified small business contractors to provide janitorial services at 11 recruiting center locations across Massachusetts and Rhode Island. The contract requires comprehensive cleaning services, including regular trash removal, vacuuming, disinfecting high-touch areas, and restroom sanitation, scheduled either twice or thrice a week depending on the facility size. This procurement is crucial for maintaining cleanliness and hygiene standards in federal facilities, ensuring compliance with safety and health regulations. Interested vendors must have an active registration in SAM.gov and submit their quotes by March 19, 2025, at 2:00 PM Eastern Time; for further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Unmanned Aerial Systems Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from potential sources for Unmanned Aerial Systems (UAS) services to enhance its disaster response capabilities. The objective is to procure UAS that can provide high-resolution imagery, transport a minimum payload of 200 pounds, and operate effectively in confined spaces for rescue missions, with services required across the Continental U.S., including Alaska and territories. This initiative is crucial for improving FEMA's operational efficiency during emergencies, as it aims to leverage advanced UAS technology to address challenges in disaster management. Interested parties should submit a Statement of Capability and respond to specific questions outlined in the attached documents by the specified deadline, with inquiries directed to Kimberly Coakley at Kimberly.coakley@fema.dhs.gov or Meaza Zeleke at meaza.zeleke@fema.dhs.gov.
    Janitorial Services, Recruiting Centers, 6 Locations in NH
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is soliciting bids for janitorial services at six recruiting centers located in New Hampshire. The contractor will be responsible for providing comprehensive cleaning services, including management, supervision, and all necessary materials and equipment, across designated spaces such as offices, restrooms, and common areas, with varying service schedules of two to three days per week. This procurement is crucial for maintaining clean and functional environments that support military recruitment efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties must have an active registration in SAM.gov and can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902 for further details.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.