JANITORIAL SERVICES AT HBBS
ID: 140G0225Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document includes foundational details related to the spatial configuration of a WET Lab Building and associated offices, detailing various layouts and areas, such as the 1851 sq. ft. office space and a 768 sq. ft. sterilization area designated for women. Attachments illustrate specific office placements and internal designations within the building's second floor, emphasizing areas that are off-limits. The document appears to be part of preparatory materials for government procurement actions, likely related to federal grants or Requests for Proposals (RFPs) concerning laboratory or office configurations. It indicates the importance of space allocation for operational efficiency and gender-specific facilities. Overall, the content suggests considerations for both workspace requirements and compliance with standards in planning future structural activities related to a government project concerning laboratory and office spaces.
    The U.S. Geological Survey (USGS) is issuing a Request for Quotation (RFQ) number 140G0225Q0034 for janitorial services at the Hammond Bay Biological Station in Millersburg, MI. This requirement will provide comprehensive cleaning services to maintain a safe and healthy working environment. The contract will begin on June 1, 2025, for an initial year, with multiple option years extending until November 30, 2030, including a six-month option. The contractor is responsible for supplying all necessary labor, materials, and equipment according to specified performance standards and guidelines, which include cleaning three buildings with a focus on both common areas and specialized workspaces. The contract is set aside for small businesses, operating under the Acquisition of Commercial Items policies outlined in the Federal Acquisition Regulations (FAR). Key aspects include coordination with a designated Contracting Officer Representative (COR), adherence to OSHA standards, and maintaining a quality control program to ensure service efficacy. The document stipulates operating hours, service frequency, and safety protocols, emphasizing the importance of regular inspections and the contractor's accountability for quality management. Overall, the solicitation aims to ensure a clean and operationally compliant facility that meets government standards and enhances the operational capabilities of USGS.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and cleaning areas that previously stored hazardous materials. This project is critical for maintaining safe working conditions and environmental stewardship, with a performance period starting on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors must acknowledge receipt of amendments to the solicitation and can contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information.
    S--EROS Facilities Operations and Maintenance Support Services
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking potential vendors for facilities operations and maintenance support services at the Earth Resources Observation Systems (EROS) Data Center in Sioux Falls, South Dakota. The procurement aims to ensure comprehensive upkeep of facility systems, including HVAC, electrical, plumbing, and environmental compliance, while adhering to federal standards and enhancing operational efficiency over a five-year contract period. This initiative is critical for maintaining safety and reliability across the 318-acre campus, with a focus on timely service delivery and regulatory compliance. Interested organizations are encouraged to submit their qualifications and feedback on the draft Performance Work Statement by March 3, 2025, with further details available through the System for Award Management (SAM) website. For inquiries, contact Ty Dehart at tdehart@usgs.gov.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    to purchase passive soil gas samplers, drill bits, analysis of passive soil gas samplers, delivery of Leve IV data package, and delivery of isopleth maps
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for the procurement of passive soil gas samplers, drill bits, analysis services, and the delivery of Level IV data packages and isopleth maps for environmental sampling of NARL Lagoons in Wellsboro, Pennsylvania. The contract aims to facilitate comprehensive environmental assessments, which are crucial for understanding soil gas dynamics and potential contamination issues. Interested vendors must submit their quotations by February 28, 2025, with the performance period running from March 3, 2025, to July 2, 2025. For further inquiries, potential bidders can contact Hyma Nair at hnair@usgs.gov or call 703-648-7361.
    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.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for a federal contract focused on software support for earthquake monitoring and data product distribution services. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will span five years, from April 1, 2025, to March 31, 2030, and aims to enhance the capabilities of the Advanced National Seismic System (ANSS) through the maintenance and development of various software systems integral to seismic monitoring. Interested small businesses must submit firm, fixed-price quotes by March 10, 2025, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. For further inquiries, potential bidders can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    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.
    UAS Based Ground Penetrating Radar
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide a Ground Penetrating Radar (GPR) system designed for mounting on an uncrewed aerial system (UAS). This procurement aims to enhance data collection capabilities for bathymetric studies in challenging areas of the Upper Mississippi River, where traditional access is limited. The GPR system must meet specific performance criteria, including operational capabilities and compatibility with existing systems, reflecting the federal commitment to utilizing advanced technology for environmental data collection. Interested vendors should contact Travis Herberholz at therberholz@usgs.gov for further details, with submissions expected to adhere to the guidelines outlined in the Request for Quotation (RFQ) document.
    TRENCHING EXCAVATION
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide trenching excavation services as part of a construction project aimed at investigating a potentially active fault in Mason County, Washington. The project involves excavating two trenches, each approximately 80 feet long and up to 10 feet wide, with depths reaching 10-12 feet, which will assist geologists in studying the underlying stratigraphy and understanding earthquake history. This procurement is critical for enhancing seismic risk assessments in the region, with an estimated budget capped at $25,000 and a performance period scheduled from May 1 to August 31, 2025. Interested contractors must submit proposals electronically by the specified deadline and can contact Tracy Huot at thuot@usgs.gov or 916-278-9330 for further information.
    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.