Amistad Janitorial Services
ID: FY25R3201008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The International Boundary and Water Commission (IBWC) is seeking proposals for janitorial services at the Amistad Dam Field Office located in Del Rio, Texas. The contract requires the provision of comprehensive cleaning services across four buildings, adhering to a structured schedule that includes tasks performed twice a week, weekly, and monthly, ensuring a hygienic and orderly environment in compliance with government standards. This procurement is vital for maintaining operational efficiency and a healthy workspace, with the contract set to span from February 7, 2025, to September 30, 2025, with options for extensions through 2029. Interested contractors should submit their proposals via email, including relevant experience and qualifications, and can contact Danilo Martinez at danilo.martinez@ibwc.gov for further information.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    The document outlines the applicable terms and conditions for a government solicitation, focusing on the relevant clauses from the Federal Acquisition Regulation (FAR). It emphasizes compliance with various provisions regarding personal identity verification, system management, accelerated payments to small businesses, and protection of government property. Key clauses address the contractor's responsibilities regarding representations and certifications, including prohibitions on contracting with entities associated with certain telecommunications or video services. Additionally, it stresses the importance of small business participation and equal opportunity employment requirements, as well as the use of an electronic invoicing system for efficiency in invoice processing through the Invoice Processing Platform (IPP). The evaluation process for offers is defined, emphasizing a Lowest Price Technically Acceptable (LPTA) approach, assessing technical capability alongside price. This document serves as an essential guide for contractors responding to the request for proposals (RFPs), ensuring compliance with federal regulations and promoting transparency and fairness in the contracting process.
    The document outlines the janitorial service requirements for the Amistad Dam Field Office, detailing a structured cleaning schedule for various buildings, including the Administrative Building, Hydro Tech Building, and Security Building. Services are categorized by frequency: twice a week, once a week, and monthly. Key duties include dusting and cleaning desks, shelves, windows, restrooms, and kitchen facilities, as well as disinfecting surfaces. The vendor is instructed to not disturb electronics or heavy furniture and must respect the contents on desks. Additional guidelines highlight the handling of cleaning materials, maintaining the storage area, and ensuring privacy by not reading or removing documents from workspaces. This document serves as a formal request for proposals, outlining expectations for cleanliness and maintenance to ensure a healthy work environment in line with government standards and operational needs.
    The document outlines the solicitation for janitorial services for the International Boundary and Water Commission (IBWC) at the Amistad Field Office in Del Rio, TX. It includes a price sheet structured into Contract Line Item Numbers (CLINs) for a base year and up to four option years, each requiring 523 service hours annually. The base year (CLIN 001) mandates services for 12 months following award, with each subsequent option year providing continuity for an additional year after the previous term ends. Contractors are instructed to include all applicable costs in their quotes, noting that the federal government is tax-exempt. A signature section for contractors to provide their details concludes the document. The purpose is to solicit bids from contractors for ongoing janitorial services, ensuring compliance with federal procurement regulations while addressing operational needs at the specified IBWC location.
    The document outlines the details of a Request for Quotes (RFQ) for janitorial services under the FY25R3201008 Amistad requirement. It confirms that subcontractors' past performance can be utilized in proposals and indicates that the project operates under a Firm Fixed Price (FFP) arrangement. The contract is new, without any previous incumbent, and proposals must be submitted via email, excluding fax submissions. The job entails providing cleaning services for four hours on Tuesdays and Thursdays, with flexibility for scheduling adjustments. It is also noted that the previously scheduled site visit has already occurred. For proposal submissions, a 2-3 page document detailing experience, qualified personnel, schedule, and past performance is required. Lastly, the current version of Form 52.212-3 must be accessed through SAM.gov. This RFQ reflects the government’s need for effective janitorial services while adhering to formal procurement protocols.
    The document outlines the Statement of Work (SOW) for janitorial services at the Amistad Dam Field Office, managed by the International Boundary and Water Commission (IBWC) in Del Rio, Texas. The contractor is responsible for providing all necessary labor, materials, and equipment to maintain cleanliness across four buildings with specific cleaning requirements for offices, restrooms, and common areas. Service frequency is detailed, including tasks required twice weekly, weekly, monthly, and annually. The contract spans from February 7 to September 30, 2025, with potential extensions through 2029. Invoices for services will be submitted monthly, and the contractor must ensure compliance with safety guidelines, including identifying all personnel working on the site. Overall, the purpose of the RFP is to secure a competent contractor to maintain a hygienic and orderly environment at the facility while adhering to operational schedules and safety protocols. This reflects standard government practices in ensuring service quality and compliance with regulations across federal RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Upper Brownsville Levee & Floodplane Failure
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking contractors for the Upper Brownsville Levee & Floodplain Failure project, which is categorized under federal contracting opportunities. This presolicitation aims to address critical infrastructure needs related to levee and floodplain management, ensuring the safety and resilience of the affected areas. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is vital for maintaining flood control and environmental protection in the region. Interested parties can reach out to primary contact Suzette Smith at suzette.smith@ibwc.gov or by phone at 915-832-4110, or secondary contact Philip Johnson at philip.johnson@ibwc.gov or 915-255-9324 for further details.
    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.
    Replacement of Penstock #5 Hydraulic System
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the replacement of the hydraulic system for Penstock 5. This procurement aims to enhance the operational efficiency and reliability of the hydraulic system, which is critical for the management of water resources along the US-Mexico border. The project falls under the NAICS code 237990, categorized as Other Heavy and Civil Engineering Construction, and is vital for maintaining infrastructure integrity in the region. Interested parties can reach out to Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details regarding the procurement process.
    USIBWC IMPLEMENTATION OF CLASS DEVIATION
    Buyer not available
    The International Boundary and Water Commission (USIBWC) is implementing a class deviation in its procurement processes, as outlined in a special notice. This initiative is in response to recent changes in the Federal Acquisition Regulation (FAR) and associated Executive Orders, which require the exclusion of certain sustainability-related provisions and the inclusion of new directives in solicitations and contracts. The updates aim to realign federal procurement practices with the latest executive directives, particularly regarding sustainability and compliance with anti-discrimination policies. Interested parties can reach out to Philip Johnson at philip.johnson@ibwc.gov or call 915-255-9324 for further details on this opportunity.
    Nogales International Wastewater Treatment Plant (NIWTP) Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ)
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the Nogales International Wastewater Treatment Plant (NIWTP) Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract. This procurement aims to address the maintenance, repair, and rebuilding of water purification and sewage treatment equipment, which is crucial for ensuring effective wastewater management in the region. The work will primarily take place in Rio Rico, Arizona, and is categorized under the NAICS code 237110, focusing on water and sewer line construction. Interested parties should reach out to Seone Michael Jones at seone.jones@ibwc.gov for further details regarding the opportunity.
    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.
    Gulf Intracoastal Waterway (GIWW)Corpus Christi Bay to Port Isabel with Channel to Harlingen, Maintenance Dredging.
    Buyer not available
    The U.S. Army Corps of Engineers, Galveston District, is seeking information from qualified contractors for maintenance dredging along the Gulf Intracoastal Waterway (GIWW) from Corpus Christi Bay to Port Isabel, including a channel to Harlingen. The project encompasses a base task and several options with defined dredging volumes and locations, all of which must be completed within a specified timeframe. This maintenance work is crucial for ensuring navigability and safety in the waterway, which is vital for commercial and recreational activities in the region. Interested firms must respond by March 7, 2025, demonstrating their technical competence and bonding capacity, with an estimated project cost between $5 and $10 million. For further inquiries, contact Curtis Cole at curtis.cole@usace.army.mil or Willie Hodges at willie.e.hodges@usace.army.mil.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    FCI BIG SPRING - REPLACE BACKFLOW PREVENTER SERVICES BLG. 283
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to provide backflow preventer replacement services at the Federal Correctional Institution in Big Spring, Texas. The project involves the removal of an existing six-inch double check valve backflow prevention device and the installation of a new unit, including necessary testing and certification to comply with relevant codes and regulations. This procurement is critical for maintaining the facility's plumbing integrity and ensuring compliance with safety and environmental standards. Interested contractors must submit their quotes by March 7, 2025, and can contact Cornelius Daniel at c2daniel@bop.gov or Renea Stallings at rstallings@bop.gov for further information.