MILES CITY JANITORIAL SERVICES
ID: 140L3625Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract set to commence on April 1, 2025, and conclude on March 31, 2026. The selected contractor will be responsible for maintaining cleanliness and sanitation across three on-site buildings totaling approximately 31,223 square feet, adhering to a comprehensive Statement of Work that includes daily and periodic cleaning tasks, quality control measures, and compliance with safety protocols. 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, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    This document outlines the Past Performance Questionnaire (PPQ) relevant to the solicitation for janitorial services at the Miles City Field Office by the U.S. Department of the Interior, Bureau of Land Management. It seeks to gather evaluative feedback on a specific company’s past performance, highlighting factors such as the relationship with clients, overall management, quality control, and ability to meet performance schedules. Evaluators are instructed to rate the company on a scale from Outstanding to Unacceptable. The questionnaire also addresses any negative feedback, the satisfaction of customers with the final services, and whether the evaluator would recommend future contracts with the company. The structure includes necessary firm information, evaluation questions, and a section for additional comments and signatures. This document serves as a critical tool in assessing past performance, which is a foundational element in the decision-making process for awarding federal contracts under government RFPs.
    This document outlines the cleaning and servicing requirements for general office spaces, restrooms, breakrooms, and floors as part of a government Request for Proposal (RFP). It details the specific work requirements, standards of performance, frequency of services, and evaluation percentages allocated to each area. The cleaning tasks include maintaining carpeted and non-carpeted floors, restrooms, shower facilities, and kitchenettes, with a focus on hygiene and cleanliness. Additionally, it includes provisions for quality assurance, monthly inspections, and financial deductions for unterformances. The contract encompasses routine cleaning and specialized tasks such as deep cleaning carpets and stripping non-carpeted floors. The purpose of this RFP is to procure janitorial services that meet federal standards, ensuring a clean and safe environment for government operations while maintaining accountability through the outlined specifications and payment structures.
    The Bureau of Land Management (BLM) is soliciting proposals for janitorial services at the Miles City Field Office, with the contract effective from April 1, 2025, to March 31, 2026. The total acquisition is designated as a 100% Small Business Set-Aside under the North American Industry Classification System (NAICS) code 561720. Interested offerors must submit their quotes by February 28, 2025, and must be registered in the System for Award Management (SAM). The government aims to ascertain "best value" through a thorough evaluation based on price and past performance criteria. The contract will include option years, allowing future extensions based on performance. Offerors are responsible for ensuring their quotes are complete and comply with solicitation requirements, as incomplete submissions may be disqualified. Additional clauses and provisions about contractor responsibilities, payment procedures, and compliance with federal regulations are included to guide contractors throughout the project duration, ensuring adherence to quality and labor standards. The process reflects transparency and accountability in government contracting aimed at promoting small businesses during service procurement.
    The Miles City Janitorial Statement of Work outlines the requirements for janitorial services at the BLM Miles City Field Office in Montana. The contractor is responsible for providing all necessary labor, supervision, tools, and environmentally safe supplies to ensure cleanliness and sanitation across three on-site buildings, totaling approximately 31,223 square feet. Services are to be conducted Monday through Friday during specified hours with no weekend work unless approved. Key responsibilities include scheduling cleaning operations to avoid disruption and maintaining a Quality Control Plan. Specific cleaning tasks are detailed, including daily duties such as vacuuming, trash removal, and restroom cleaning, as well as periodic services like window washing and deep carpet cleaning. The contractor must comply with safety protocols, provide a supervisor on-site, and ensure personnel have the required federal identification. The contract emphasizes quality performance and includes evaluation processes to ensure standards are met, with consequences for non-compliance impacting payment. Overall, this document serves as a comprehensive guide for prospective contractors addressing government janitorial service needs, reflecting the emphasis on quality, safety, and environmentally responsible practices in federal contracts.
    The document is a Wage Determination by the U.S. Department of Labor regarding the Service Contract Act (SCA) and outlines the minimum wage rates applicable to federal contracts in Montana, specifically for various occupations. It emphasizes compliance with the minimum wage mandates set forth by Executive Orders 14026 and 13658, which require contractors to pay covered workers at least $17.75 or $13.30 per hour respectively, depending on the contract's award date. The determination includes specific wage rates for numerous occupations, ranging from administrative support to technical and service roles, highlighting rates for both skilled and unskilled positions. Additionally, it details benefits such as health and welfare, vacation, and holiday entitlements, reinforcing employee rights under federal regulations. The document serves as a critical reference for contractors and government entities engaged in federal contracts, ensuring compliance with labor standards and the protection of worker rights as stipulated by the SCA and corresponding Executive Orders. This comprehensive guide aids in the formulation and execution of proposals, grants, and contract agreements at federal, state, and local levels.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    S--SGFO RECREATION SITE JANITORIAL SERVICE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Utah State Office, is soliciting bids for janitorial services at various recreation sites in Washington County, Utah. The contract will cover cleaning services for 23 developed recreation sites from March 1, 2025, to February 28, 2030, with the possibility of four optional one-year renewals. These services are crucial for maintaining the cleanliness and upkeep of public recreation areas, thereby enhancing visitor experiences and ensuring compliance with federal maintenance standards. Interested vendors must have a valid System for Award Management (SAM) registration and submit their quotes by February 7, 2025; for further inquiries, they can contact Byron Anderson at bianderson@blm.gov.
    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--LA-SPEC AGNT-LACOMBE-JANITORIAL SERVICE
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for janitorial services at their Lacombe, Louisiana office under solicitation number 140FS325Q0027. The contract encompasses a base year with four optional renewal years, requiring the contractor to maintain cleanliness across approximately 2,609 square feet, including various flooring types and restroom facilities, while adhering to specified performance standards and safety regulations. This procurement is crucial for ensuring a clean and conducive work environment, reflecting the government's commitment to regulatory compliance and efficient resource use. Interested small businesses must submit their proposals by February 6, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    S--BGNDRF Janitorial and Light Maintenance
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified vendors to provide janitorial and light maintenance services for the Brackish Groundwater National Desalination Research Facility (BGNDRF) in Alamogordo, New Mexico. The contract, anticipated to run from March 24, 2025, to March 23, 2030, includes comprehensive cleaning services twice a week for approximately 5,740 square feet of office, laboratory, and restroom spaces, along with additional light maintenance tasks. This procurement is crucial for maintaining high standards of cleanliness and safety at the facility, which supports federal research initiatives. Interested small businesses must submit their capabilities by February 10, 2025, and registration in the System for Award Management is required for eligibility. For further inquiries, vendors can contact Nayda Gonzalez at ngonzalez@usbr.gov.
    BLM-Utah Garbage Collection and Disposal Services
    Buyer not available
    The Bureau of Land Management (BLM) Utah State Office is seeking proposals for garbage collection and disposal services at the Little Sahara Recreation Area and Yuba Reservoir Recreation Area through Request for Quote (RFQ) 140L5725Q0017. The contract will encompass one base year and four option years, running from March 1, 2025, to February 28, 2030, and is specifically set aside for small businesses under NAICS Code 562111, which pertains to Solid Waste Collection. This procurement is crucial for maintaining cleanliness and environmental standards at these public recreational sites, ensuring visitor satisfaction and ecological integrity. Interested vendors must submit their proposals electronically, demonstrating technical capability and compliance with federal regulations, with all submissions due by the specified deadline. For further inquiries, contact Byron Anderson at bianderson@blm.gov.
    Y--Pompeys Pillar Vault Toilet Replacement
    Buyer not available
    The Bureau of Land Management (BLM) within the Department of the Interior is preparing to solicit quotations for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses various construction activities, including site grading, toilet removal, sidewalk demolition, installation of the new toilet, and site reclamation, all to be conducted in accordance with the manufacturer's installation procedures. This initiative highlights the government's commitment to maintaining national monuments while providing opportunities for small businesses, as the procurement is set aside for total small business participation, with an estimated project cost between $100,000 and $250,000. Interested contractors should contact Christine Mundt at cmundt@blm.gov or (406) 896-5030, and must be registered in the System for Award Management (SAM) to be eligible for the contract, with bids due around February 24, 2025, and project completion expected by November 21, 2025.
    BOISE DISTRICT OFFICE COMPLEX LANDSCAPE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Idaho State Office, is seeking qualified small businesses to provide landscaping services for the Boise District Office Complex. The contract, numbered 140L2625Q0006, requires comprehensive maintenance of the landscaping over a three-year period, from April 1, 2025, to March 31, 2028, including tasks such as mowing, edging, trimming, and pest control applications. This procurement emphasizes the importance of maintaining a professional appearance and ecological balance in federal properties, aligning with broader goals of sustainability and responsible land stewardship. Proposals are due by February 7, 2025, and interested parties can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    EMDD FUELS CRI
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the EMDD Fuels Cultural Clearance project, which involves conducting a Class III cultural resources inventory across approximately 14,199.94 acres in Eastern Montana and the Dakotas. The primary objective is to comply with the National Historic Preservation Act by identifying and evaluating cultural resources prior to fuels reduction and prescribed fire projects, ensuring informed land management decisions while preserving cultural heritage. Interested contractors must submit their quotes by February 7, 2025, and be registered in the System for Award Management (SAM), with the contract period running from February 21, 2025, to January 30, 2026. For further inquiries, potential bidders can contact Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    WINTER WASTE PUMPING SERVICE, DALTON HIG
    Buyer not available
    The Bureau of Land Management (BLM) Alaska State Office is seeking qualified contractors to provide winter waste pumping services for vault toilets along the Dalton Highway. The contract requires annual pump-outs for three specified vault toilets, with services to be completed within ten business days of notification from the BLM, emphasizing compliance with safety regulations and efficient operational management. This procurement is crucial for maintaining public health standards and supporting sustainable recreational land management in the area. Interested small businesses must submit their offers by February 11, 2025, with the solicitation available on SAM.gov starting February 4, 2025. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.