BLM WY - CARBON COUNTY RECREATION SITE CLEANING SE
ID: 140L6225Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, 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 qualified small businesses to provide janitorial services for recreational sites in Carbon County, Wyoming, under a total small business set-aside contract. The procurement involves cleaning services at three specific locations: Bennett Peak, Corral Creek, and the Encampment River Trailhead, with a focus on maintaining cleanliness and safety for public use through regular trash removal and restroom cleaning. This contract is crucial for ensuring the upkeep of public lands, enhancing visitor experience, and promoting environmental stewardship. Proposals are due by February 28, 2025, with the performance period starting from May 30, 2025, to November 3, 2025, and potential renewal options through 2029. Interested parties can contact Jennifer Vedsted at jvedsted@blm.gov for further information.

    Point(s) of Contact
    Vedsted, Jennifer
    (000) 000-0000
    (307) 775-6317
    jvedsted@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks contract janitorial services for recreational sites in Carbon County, Wyoming, aimed at maintaining the health and enjoyment of public lands. The contract includes cleaning services at three distinct sites: Bennett Peak, Corral Creek, and Encampment River Trailhead, each with specific restroom and trash disposal facilities. The service period spans one base year from May 30, 2025, to November 3, 2025, with four optional one-year extensions. Work is scheduled twice a week, specifically on Mondays and Fridays, focusing on trash removal, restroom cleaning, and general site upkeep. The contractor is responsible for providing all necessary supplies and equipment, adhering to environmentally safe practices as outlined by Executive Order 13423. Key personnel qualifications, robust management, and a quality control plan are mandated to ensure high standards of service and compliance with safety regulations. The document outlines performance standards, including a Quality Assurance Surveillance Plan (QASP) to evaluate contractor performance and ensure accountability. Overall, this Performance Work Statement outlines the requirements for maintaining recreational areas, emphasizing the importance of cleanliness, safety, and visitor satisfaction.
    The document outlines a maintenance schedule for three recreational sites: Bennett Peak, Corral Creek, and the Encampment River Trailhead. It specifies the tasks to be performed, such as cleaning and servicing restrooms, trash removal, and policing grounds. Each site's tasks are designated to be completed twice weekly on Mondays and Fridays. The schedule is structured over five weeks, though specific weeks for Bennett Peak and Corral Creek remain unfilled. The intention of this checklist is to ensure regular upkeep of the recreational areas to maintain cleanliness and safety for public use. This aligns with government RFPs focused on community service and environmental management to sustain outdoor recreational facilities.
    The document outlines the Bureau of Land Management (BLM) recreation sites managed by the Rawlins Field Office in Carbon County, Wyoming. It features a map showcasing the recreational locations including Bennett Peak, Corral Creek, Encampment River, Grand Encampment, Riverside, and Saratoga. The data illustrated is sourced from various geographic information systems and agencies, indicating a collaborative effort to represent recreational opportunities accurately. This file serves as a resource for individuals or entities interested in federal grants or proposals related to outdoor recreation and land management initiatives within the area, highlighting essential locations for potential funding or projects aimed at enhancing recreational infrastructure and access.
    The solicitation for the Carbon County Recreation Site Cleaning Services, identified as Solicitation 140L6225Q0013, is issued under Federal Acquisition Regulation (FAR) guidelines, specifically FAR Part 12 and Part 13, setting it as a 100% Small Business Set Aside. Offerors must submit complete quotes within 120 days, adhering strictly to specified instructions to avoid elimination from consideration. The submission comprises three volumes: 1. **Volume I - Offer and Other Documents**: Includes a cover letter, the offeror's certifications, and any necessary documents as per the FAR guidelines. 2. **Volume II - Technical Capabilities**: Evaluates the offeror's understanding of project requirements, experience in similar services, and availability. It emphasizes key personnel qualifications, past performance references, and a quality control plan. 3. **Volume III - Price Quote**: Requires a detailed price quote covering all costs associated with the cleaning services. Quotes must be submitted by February 28, 2025, at 2:00 pm MST, directed to designated BLM personnel. This solicitation emphasizes proper documentation and compliance to ensure adequate service delivery in government contracts, reflecting a commitment to supporting small businesses while adhering to regulatory standards. The points of contact designated are essential for inquiries regarding submission.
    The Carbon County Recreation Site Cleaning Bid Schedule outlines a series of cleaning bids for the period from May 30, 2025, to November 3, 2025, with options for subsequent years through 2029. The schedule includes base pricing and details for various options, indicating unit prices of $46 for the base year, $54 for Option 1, and maintaining $53-$54 for the subsequent options. The document emphasizes the importance of providing effective cleaning services to maintain the recreational site, which may involve considerations like environmental impact and compliance with local regulations. The total award amount is referenced, along with a quantity of cleanings, highlighting the structured approach to securing cleaning services in line with agency needs and ensuring proper fiscal planning for future years. This RFP aligns with government initiatives to ensure quality maintenance for public recreational areas, supporting community use and safety.
    The document details a Request For Proposal (RFP) issued by the Bureau of Land Management (BLM) for janitorial and custodial services at Carbon County recreational sites in Wyoming. The solicitation includes deadlines for proposal submissions, key points of contact, and essential terms and conditions, emphasizing small business involvement under various categories, such as Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business. The primary delivery requirements and the evaluation criteria for contractor proposals are outlined, focusing on technical capability, past performance, and pricing. Key deadlines include a submission due date of February 21, 2025, with a performance period from May 1, 2025, to November 3, 2025, and several renewal option years thereafter. The importance of proposals being submitted electronically and compliance with regulations regarding past performance and pricing is underscored. This RFP represents a significant opportunity for qualified businesses to provide essential services while adhering to federal procurement guidelines and promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract effective from April 1, 2025, to March 31, 2026. The selected contractor will be responsible for providing comprehensive cleaning services across three on-site buildings totaling approximately 31,223 square feet, ensuring compliance with quality and safety standards while utilizing environmentally safe supplies. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    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.
    W--YAKIMA CANYON PORTAPOTTY RENTAL Spokane District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm fixed-price contract for portable toilet rentals in the Yakima River Canyon area, specifically from April 1, 2025, to March 31, 2030, with options for up to four extensions. The contract aims to provide essential sanitation services at new BLM recreation sites, ensuring that public facilities are maintained to health and safety standards. This procurement is particularly important for enhancing visitor experiences in recreational areas, as it supports environmental stewardship and public access to outdoor amenities. Interested small businesses must submit their bids by March 5, 2025, and can contact Doris Jeffers at dgjeffers@blm.gov or 503-808-6061 for further details.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    MALTA JANITORIAL
    Buyer not available
    The Bureau of Land Management (BLM) in Montana is seeking qualified small businesses to provide janitorial and grounds services for the Malta Field Office under a combined solicitation (RFQ number 140L3625Q0012). The contractor will be responsible for maintaining cleanliness and hygiene in a 5,000 square foot office building and surrounding areas, utilizing environmentally safe products and adhering to detailed cleaning protocols, with operations primarily occurring outside of normal business hours. Interested parties must submit their quotes by February 28, 2025, and be actively registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    LNF JANITORIAL SERVICES AT ST REGIS BUNKHOUSES
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services at the St. Regis Bunkhouses located in Saint Regis, Montana. The contract, identified as Request for Quotation (RFQ) No. 1284LM25Q0014, requires comprehensive cleaning services, including bi-weekly and annual deep cleaning, across various areas of the bunkhouses, with a contract term starting March 15, 2025, and extending through multiple option periods until March 14, 2030. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, which support the Forest Service's mission in the Lolo National Forest. Interested contractors must submit detailed technical and price proposals, demonstrating their qualifications and experience, to Brenda G. Dwyer at brenda.dwyer@usda.gov, with evaluations based on technical capability, past performance, and price.