US Border Patrol Spokane Sector - Curlew Station Janitorial/Grounds/Pest Control and Trash Services
ID: 70B03C25Q00000152Type: 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, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to provide janitorial, grounds maintenance, pest control, and trash services for the Curlew Border Patrol Station in Washington. The contract encompasses a range of facility services, including custodial tasks performed five days a week, with additional responsibilities for pest control and snow removal as needed, ensuring the station remains clean and operationally efficient. This procurement is vital for maintaining the standards of cleanliness and safety at a facility critical to border security operations. Interested contractors should contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov for further details, with the opportunity set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal contract clauses pertinent to the procurement process, especially for commercial items and services. It encompasses various sections detailing stipulations for contractors, including maintenance of the System for Award Management (SAM), environmental protections, payment regulations for small businesses, and clauses aimed at ensuring compliance with federal laws and executive orders. Key clauses include terms for contract execution, conditions on subcontracting, provisions for safeguarding Controlled Unclassified Information (CUI), and compliance mandates surrounding minimum wages and labor standards. The document also emphasizes transparency, requiring contractors to adhere to safety and ethical standards and report any breaches of contract or information security incidents. This comprehensive set of guidelines reflects the government's commitment to ethical procurement, compliance with statutory requirements, and safeguarding sensitive information, making it a critical resource for entities seeking federal contracts. The structured approach to incorporating various regulations illustrates a robust framework for ensuring fairness, accountability, and support for small businesses in the federal contracting landscape.
    This document outlines a proposed pricing structure for various custodial and maintenance services over a multi-year contract, including a base year and four option years. The services specified are custodial work (12 months), grounds/landscaping (8 months from March to October), snow removal (5 months from November to March), and pest control (12 months). Each service's monthly cost is listed but currently marked as zero. The total costs for each year are also noted as zero. It appears that the document is structured to be part of a Request for Proposal (RFP) process, likely aimed at soliciting bids from contractors for these essential services. The absence of specific amounts indicates that this document might be a preliminary step or template pending further details or completion from interested parties. The primary purpose is to solicit bids for ongoing facility maintenance and management, demonstrating the government's commitment to maintaining public spaces effectively.
    The Statement of Work (SOW) outlines the requirements for facility operations contract services at the U.S. Customs and Border Protection’s Curlew Border Patrol Station in Curlew, WA. The contract covers custodial services, grounds maintenance, refuse removal, snow and ice removal, and pest control. Services are required five days a week, with pest control and snow removal on an as-needed basis, ensuring the facility is maintained in a clean and functional state. The contractor is responsible for all management, labor, and supplies, while complying with federal, state, and local regulations, including environmental and sustainability requirements. Specific duties include detailed custodial tasks, regular maintenance of landscaped areas, and the provision of pest control via an Integrated Pest Management (IPM) plan. The contract spans one base year and two optional years with a focus on quality control, inspections, and a comprehensive quality assurance program to remedy any identified defects swiftly. This SOW is integral to maintaining operational efficiency and safety within CBP facilities, reflecting federal priorities for cleanliness and environmental compliance while adhering to regulations for governmental contracts.
    The document is a Worksite Identification Fact Sheet for the U.S. Customs and Border Protection (CBP) at the Curlew Border Patrol Station in Washington. It provides detailed information about the facility, which operates continuously throughout the year. The site encompasses approximately four acres, including five buildings: the Main Building (3,074 sq ft), Garage Annex (2,790 sq ft), Locker Room (1,750 sq ft), and Processing Trailer (844 sq ft). Key operational features include the Main Building, which houses multiple offices, restrooms, and a kitchen, and the Garage Annex, which includes various functional areas for exercise, training, and storage. The Processing Trailer serves as a detainment processing area. Regular work hours for maintenance activities are set from 7:00 am to 4:00 pm over five days a week. This document is part of a broader context of federal requests for proposals (RFPs) or grants that may seek contractors for facility upkeep and associated services, thereby emphasizing the importance of maintaining secure and efficient operations at federal facilities used for critical border security functions. Overall, it outlines essential building statistics and operational schedules pertinent for contractors interested in providing services at the Curlew BPS.
    The document outlines the Facility Services Task and Frequency Chart for the U.S. Customs and Border Protection at the Spokane sector's Curlew Station. It details custodial and land maintenance tasks assigned specific frequencies, ranging from twice daily to as needed. Key activities include vacuuming, sweeping, mopping floors, cleaning exercise equipment, and maintaining grounds with mowing, edging, and weed control. The chart specifies that tasks requiring more frequent service must adhere to a 6-12 hour interval, while infrequent tasks must be performed within the first month of contract initiation and scheduled appropriately thereafter. Essential service details such as property name, address, and contact information are noted, although some contact details are to be provided later. This document serves as guidance for contractors responding to the federal Request for Proposals (RFP), detailing expectations and compliance for facility upkeep to maintain government standards at the Curlew Station.
    The document centers on federal and state contracting opportunities, specifically related to Requests for Proposals (RFPs) and grants. It outlines the processes involved in sourcing bids for projects, emphasizing the importance of adherence to regulatory standards and project guidelines. Key aspects discussed include submission requirements, evaluation criteria, and eligibility for funding, targeting contractors interested in federal activities. The document serves as a resource for businesses seeking to understand the procedures and expectations tied to government projects, thereby encouraging participation and compliance with outlined standards. Effective communication of the contracting process is integral to facilitate collaboration between the government and potential vendors, aiming to ensure successful project development.
    Lifecycle
    Similar Opportunities
    Solid Waste Collection Services - USBP Tucson Sector
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a contractor to provide solid waste collection services for the Tucson Sector. The contractor will be responsible for the removal, disposal, and recycling of waste from various facilities in Tucson, ensuring compliance with federal, state, and local regulations, including OSHA and EPA standards. This procurement is crucial for maintaining a clean and operational environment for Border Patrol personnel, reflecting the government's commitment to effective waste management practices. Interested parties should contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov for further details, with the contract performance period set from April 1, 2025, to March 31, 2026, and options for extension through 2030.
    U.S. CBP, San Diego Field Office Narcotics Destruction
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for the destruction of approximately 23,000 pounds of seized narcotics at the San Diego Field Office. The selected contractor will be responsible for neutralizing and disposing of these illicit substances in compliance with federal regulations, ensuring they are rendered non-retrievable and environmentally safe, while adhering to the guidelines set forth in the Seized Asset Management Enforcement Procedures Handbook and DEA regulations. This initiative is crucial for maintaining public safety and environmental standards, emphasizing the use of environmentally preferable products in line with the Department of Homeland Security’s “Green Procurement Program.” Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details, as the contract is set for a one-year period following the award.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    JANITORIAL SERVICES AT HBBS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide janitorial services at the Hammond Bay Biological Station located in Millersburg, MI. The contract, identified by RFQ number 140G0225Q0034, will encompass comprehensive cleaning services for three buildings, ensuring a safe and healthy working environment, with an initial term starting June 1, 2025, and extending through multiple option years until November 30, 2030. This procurement is critical for maintaining operational efficiency and compliance with health and safety standards, including adherence to OSHA regulations and a quality control program. Interested contractors should contact Stephanie Doutt at sdoutt@usgs.gov for further details and to ensure their proposals are submitted by the specified deadlines.
    Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking qualified contractors to provide park cleaning services under a total small business set-aside. The procurement aims to secure janitorial services that ensure the cleanliness and maintenance of designated park areas, which are essential for public safety and enjoyment. Interested contractors should note that the opportunity falls under the NAICS code 561720 for Janitorial Services and the PSC code S201 for Housekeeping-Custodial Janitorial services. For further inquiries, potential bidders can contact Penny Walker at penny.a.walker@usace.army.mil or Kimberly Logan at kimberly.a.logan@usace.army.mil, with the primary contact number being 817-886-1158.
    CARPET CLEANING Services AS SPECIFIED IN ATTACHED SOW, SPECS AND MAP- Base Ketchikan
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for carpet cleaning services at Base Ketchikan, Alaska. The procurement requires contractors to provide labor, supervision, materials, and equipment for cleaning approximately 12,417 square feet across various facilities, adhering to industry standards and utilizing environmentally friendly products. This contract includes a one-year base period with two optional extension years, emphasizing the importance of maintaining cleanliness and operational integrity while minimizing disruption during specified cleaning hours from 4 PM to 2 AM on weekdays. Proposals must be submitted via email by 3 PM Alaska Time on April 3, 2025, with evaluations based on price and technical qualifications. For further inquiries, interested parties may contact Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil.
    S--SCCAO Tracy Pest Control Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide pest control services for its South-Central California Area Office, with a focus on multiple facilities in Byron, California. The contract will span five years, including a base year and four option years, and will require comprehensive pest management services such as monthly exterior spraying and responsive interior services as needed. This procurement is crucial for maintaining a safe and pest-free environment in government facilities, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by the revised deadline of March 17, 2025, at 10:00 AM, and are encouraged to contact Joe Molina at joemolina@usbr.gov or 916-978-5177 for further information.
    Janitorial, Mowing, and Refuse Services for Webbers Falls Powerhouse
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide janitorial, mowing, and refuse services for the Webbers Falls Powerhouse. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of maintaining cleanliness and operational efficiency at the facility. These services are crucial for ensuring a safe and sanitary environment, which supports the overall functionality of the powerhouse. Interested contractors can reach out to Caitlyn Cox at caitlyn.m.cox@usace.army.mil or call 918-669-4951 for further details regarding the solicitation process.
    Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide custodial and office janitorial services at Sardis Lake, Oklahoma. The procurement is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), emphasizing the importance of maintaining cleanliness and hygiene in government facilities. These janitorial services are crucial for ensuring a safe and welcoming environment for visitors and staff at the site. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073, or contact Rudolfo Morales at rudolfo.j.morales.civ@mail.mil or 918-669-7275 for further details.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.