2025 CDA JANITORIAL
ID: 140L2625Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking qualified small businesses to provide comprehensive janitorial and custodial services for the Coeur d'Alene Field Office in Idaho. The contract requires the contractor to supply all personnel, labor, equipment, materials, and supervision necessary to maintain cleanliness at various recreation sites, including Blackwell Island, Blue Creek Bay, Mineral Ridge, and Beauty Bay, with a base performance period from May 1, 2025, to April 30, 2026, and options for two additional years. This procurement is crucial for ensuring a safe and pleasant environment for visitors to federal recreational areas, reflecting the government's commitment to quality service delivery. Interested parties must submit firm, fixed-price quotes by April 4, 2025, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 21, 2025, 4:08 PM UTC
The document outlines a bid schedule for janitorial services at the Blackwell Island Flush Building and several recreation sites under the jurisdiction of the Bureau of Land Management (BLM) at the Coeur d'Alene Field Office. It details the services required for three consecutive years—2025, 2026, and 2027—specifying tasks such as daily cleaning, janitor room cleaning, light fixture cleaning, window washing, and high cleaning alongside their estimated quantities and unit prices. Each service has distinct pricing for the base years and option years, with totals calculated for each area. The structure includes individual sections for specific recreation areas, including peak and non-peak service days. The overall goal of the document is to solicit bids from contractors for the provision of cleaning services during the specified periods, ensuring operational efficiency and cleanliness in federal facilities. This request for proposals (RFP) represents the government’s efforts to procure necessary services through competitive bidding, reflecting fiscal responsibility and operational standards in public facilities management.
Mar 21, 2025, 4:08 PM UTC
The Coeur d’Alene Field Office is seeking a contractor to provide comprehensive janitorial services for various recreation sites in Kootenai County, Idaho, for a base performance period from May 1, 2025, to April 30, 2026, with two optional one-year extensions. The contract involves supplying labor, materials, and equipment for cleaning operations across four specified locations, including Blackwell Island, Blue Creek Bay, Mineral Ridge, and Beauty Bay. Key responsibilities include daily cleaning of restrooms, trash disposal, and maintenance of fixtures, with specific schedules for peak and off-peak seasons. The contractor must adhere to safety regulations per OSHA standards, utilize government-furnished materials, and submit work schedules for approval. Regular inspections will ensure quality, and deficiencies must be addressed within 48 hours. The document emphasizes the importance of maintaining cleanliness, proper disposal practices, and prompt reporting of any facility issues. Overall, the contract reflects the government’s commitment to preserving public recreation areas while ensuring a safe and pleasant environment for visitors.
Mar 21, 2025, 4:08 PM UTC
The document outlines the "Register of Wage Determinations" under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It specifies minimum wage rates and fringe benefits for various occupations in Idaho, particularly in Kootenai County. For contracts entered after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, hold a lower threshold of $13.30 per hour unless otherwise stated. The summary lists various job categories and corresponding pay rates, highlighting those that may qualify for the higher minimum wage under recent Executive Orders. Additionally, the document elaborates on benefits such as health and welfare stipulations, vacation time, and paid sick leave under specific Executive Orders. It also details the conformance process for any unlisted job classifications to ensure employees receive appropriate wage rates. This directive is vital for federal contractors adhering to wage regulations, ensuring compliance with federal standards for worker compensation and job classification. Overall, this wage determination is crucial for RFPs and grants involving federal contracts, establishing fair pay practices and worker protections in the contracting process.
Mar 21, 2025, 4:08 PM UTC
The document serves as a Request for Quotation (RFQ) issued by the Bureau of Land Management (BLM), specifically for janitorial and custodial services at the Coeur d'Alene Field Office in Idaho. It emphasizes the requirement for small businesses to submit firm, fixed-price quotes by April 4, 2025, for various custodial services detailed in the statement of work (SOW). The solicitation is open only to small business concerns under NAICS code 561720, and proposals will be evaluated based on past performance and price. The RFQ outlines the need for comprehensive service provisions, which include all personnel, labor, equipment, and materials necessary for maintaining cleanliness at recreational sites managed by the BLM. All offerors must possess a current registration in the System for Award Management (SAM) and submit their quotes via email. Key contractual clauses and regulations from the Federal Acquisition Regulation (FAR) are referenced to inform bidders of compliance and operational standards. Overall, this RFQ exemplifies the government’s efforts to engage small businesses while ensuring quality service delivery in maintaining federal recreational sites.
Lifecycle
Title
Type
2025 CDA JANITORIAL
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Y--SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Bureau of Land Management (BLM) is seeking a Design Build Contractor (DBC) for the construction of Crew Quarters in Salmon, Idaho, under Solicitation Number 140L0625R0009. The project aims to develop a fully functional facility on federal land, requiring comprehensive coordination with utility providers, with an estimated cost ranging from $1,000,000 to $5,000,000 and a construction duration of two years following the notice to proceed. This initiative is crucial for enhancing workforce support infrastructure in the region. The Request for Proposals (RFP) is expected to be issued in April 2025, with proposals due approximately 30 days later; interested small businesses must have a Unique Entity ID and an active System for Award Management profile. For further inquiries, contact Kassandra Hicks at khicks@blm.gov or call 918-679-4674.
Idaho Panhandle National Forests, Coeur d’Alene Nursery – Janitorial Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Coeur d’Alene Nursery, located within the Idaho Panhandle National Forests. The contract, which spans five years starting from May 1, 2025, includes the maintenance of cleanliness across three federally-owned buildings: the Nursery Main Office, Seed Extractory, and Greenhouse, with services encompassing routine cleaning, carpet maintenance, and periodic deep-cleaning tasks. This procurement emphasizes the use of Biobased products and adherence to federal regulations, ensuring sanitary conditions that align with environmental guidelines. Interested contractors should contact Christina Graves at christina.graves@usda.gov for further details and to participate in the proposal process.
BDO BLM JUMP DRILL SEEDING FY25
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the BDO BLM FY25 Jump Drill Seeding project in Idaho, scheduled to take place from September 15 to October 24, 2025. The project involves drill seeding approximately 3,915 acres in Owyhee County using government-provided rangeland drills and seed, with a focus on restoring land affected by fire while adhering to environmental and safety standards. This initiative is critical for ecological restoration and sustainable land management practices, emphasizing the importance of technical capability and prior experience in the evaluation of proposals. Interested vendors must submit their proposals by April 23, 2025, and can contact Thomas Parsons at tparsons@blm.gov or 208-373-3911 for further information.
Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and cleaning services at the Lower Potomac Field Station (LPFS) in Lorton, VA. The procurement includes a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the option to request additional restrooms as needed. This initiative is crucial for maintaining sanitary conditions at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853 until April 23, 2025.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
Dalton Vault Winter Pumping
Buyer not available
The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for waste pumping services along the Dalton Highway, specifically for the removal of waste from vault toilets. The contractor will be responsible for providing personnel, equipment, and services to pump waste from three designated 1,000-gallon vault toilets, with annual servicing required within ten days of notification from the BLM. This procurement is crucial for maintaining environmental standards and enhancing visitor experiences in recreational areas, ensuring compliance with OSHA and EPA regulations. Interested small businesses must submit their proposals by April 15, 2025, with the contract period starting May 12, 2025, and options for extension through March 31, 2029. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
W--2025 FIRE POTTIES AND HANDWASH STATIONS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the lease and rental of portable toilets and handwashing stations to support fire suppression activities during the 2025 fire season in Nevada. The contract requires the provision of specific quantities of portable toilets and handwashing stations at multiple locations, including the Carlin Fire Station, Wells Fire Station, and Elko Helibase, with services scheduled twice weekly from May to September 2025. This procurement is critical for ensuring adequate sanitary facilities for personnel engaged in fire management efforts, reflecting the government's commitment to effective disaster response. Interested vendors must submit their proposals electronically by April 23, 2025, and can contact Caitlyn Warner at cwarner@blm.gov or by phone at 775-861-6495 for further information.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.