The Comanche National Grassland Carrizo Unit is seeking janitorial services under Solicitation Number 1240LP26Q0011. This firm-fixed price requirements contract will consist of a one-year base period and four one-year option periods, with a total duration not exceeding five years and six months. One award will be made, and contractors must submit pricing for all items, including potential six-month extensions, for evaluation. Proposals will be assessed based on price, technical acceptability, and past performance, with award going to the lowest-priced, technically acceptable offer with acceptable or neutral past performance. Offerors must provide a detailed explanation of their ability to perform services, including key personnel (primary janitor with 6 months experience and On-Site Quality Control Manager), a Quality Control Plan, and a list of Bio-Based products. Questions are due by December 15, 2025, at 10:00 AM Mountain Time to stephen.holly@usda.gov. Offerors must have an active System for Award Management (SAM) registration and comply with various FAR and AGAR clauses.
This government Performance Work Statement outlines janitorial services for the Comanche National Grassland Office, a 5,610 sq ft facility. The contractor must provide management, supervision, personnel, equipment, and supplies for tasks including cleaning carpets, non-carpeted floors, restrooms, kitchens, and removing trash. Services are required once a weekday, between Monday 8:00 AM and Friday 4:30 PM, excluding federal holidays. Key requirements include professional conduct, a designated on-site supervisor, a full-time point of contact, a Quality Control Program, and an Operating Plan. The government provides toilet paper, paper towels, hand soap, and trashcan liners. The contractor is responsible for other supplies and is encouraged to use USDA-designated biobased products. Security measures, background checks for personnel, and specific performance standards with disincentives for non-compliance are also detailed, covering floors, windows, furniture, bathrooms, trash removal, and exterior areas.
This document outlines the Independent Government Estimate (IGE) process and provides a schedule of items for a janitorial services contract for the Comanche National Grassland. The IGE is used to determine procurement value and assess price reasonableness, requiring an independent estimate that aligns with contractor pricing formats. The contract, titled "CON COM Comanche Janitorial Contract," is anticipated to be a firm fixed-price award with a base year from January 1, 2026, to December 31, 2026, and four one-year option periods extending through December 31, 2030. Services include weekly, monthly, semi-annual, and annual janitorial tasks, with specified quantities per year for each period of performance.
This government file, Wage Determination No. 2015-5433, Revision No. 30, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract workers in specific Colorado counties. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document lists numerous occupations, from administrative to technical, with their respective hourly rates. It also specifies benefits such as health and welfare, vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay, and uniform allowances are included. The conformance process for unlisted job classifications is thoroughly described, emphasizing proper classification and wage rate determination.
The Quality Assurance Surveillance Plan (QASP) for the Comanche Janitorial Contract outlines the government's approach to monitoring contractor performance for janitorial services. Its purpose is to ensure the contractor, Steve Holly, meets or exceeds contract terms by establishing procedures for assessment and inspection. The QASP details what will be monitored, how, by whom, and how results will be documented. It is a living document, not part of the contract, and emphasizes early identification and resolution of performance issues. Authority for this QASP is derived from Part 46 of the Federal Acquisition Regulation. Key roles include the Program/Project Manager, Contracting Officer (Stephen Holly), and the Contracting Officer's Representative (COR), who uses the QASP for continuous technical oversight and performance documentation. Surveillance methods include random and periodic sampling, with performance ratings defined by FAR 42.1503 Table 42-1. A Surveillance Matrix (Appendix 1) details performance objectives, standards, and surveillance frequencies, with disincentives for failing to meet minimum acceptable levels for tasks like floor cleaning, window cleaning, and trash removal. Reporting includes Corrective Action Reports, Customer Complaint Forms, and Performance Assessment Reports.
This document outlines federal requirements for sustainable product procurement, focusing on bio-based, energy-efficient, and EPA-designated items. Program officials must identify contract needs and consider biobased alternatives, conducting market research for availability and cost. Contractors are mandated to use ENERGY STAR® or FEMP-designated energy-consuming products. Additionally, contracts require maximum use of EPA-designated items with recovered materials, provided they meet competitive pricing, timeframe, and performance requirements. The document lists bio-preferred cleaning products relevant to the Comanche National Grassland Carrizo Unit Janitorial Contract and provides links to resources for further information on sustainable products.