Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Kanab FO West Vault Toilet CLEANING

INTERIOR, DEPARTMENT OF THE 140L5725Q0039
Total Obligated
$231,768
SAM.gov
Current Recipient
Crystal Clean Services, Inc. 1038 W INDUSTRIAL RD Cedar City UT 84721 USA
Jul 10, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the cleaning services of vault toilets at five recreation areas in Utah, under solicitation number 140L5725Q0039. The contract, which spans from September 1, 2025, to August 31, 2030, requires the contractor to provide all necessary labor, supervision, equipment, and materials to maintain cleanliness, including disinfecting toilets, restocking supplies, and ensuring trash-free areas, with a total of 696 cleanings scheduled annually across the designated sites. Interested vendors must be registered with the System for Award Management (SAM) and adhere to specific performance standards, with proposals evaluated based on technical approach, past performance, and pricing. Key deadlines include questions due by June 16, 2025, and quotes due by June 23, 2024; for further inquiries, contact Mark Renforth at mrenforth@blm.gov or 334-846-2890.

Classification Codes

NAICS Code
561720
Janitorial Services
PSC Code
S201
HOUSEKEEPING- CUSTODIAL JANITORIAL

Solicitation Documents

5 Files
140L5725Q0039_Attachment_01_2025_KFO_VT_Cleaning_SOW.pdf
PDF377 KB6/4/2025
AI Summary
The Kanab Field Office's janitorial services contract outlines the responsibilities for maintaining cleanliness at various vault toilet facilities. The contractor must provide all necessary labor, supervision, equipment, and materials, with sub-contracting prohibited. The work involves detailed cleaning tasks such as disinfecting toilets and surfaces, restocking supplies, and ensuring the recreation area is trash-free. Cleaning frequency varies by location, with total annual cleanings amounting to 696 across five designated sites. Additionally, the contractor must adhere to specific performance standards and provide timely service notifications through text or email. The contract spans one year with possible renewals and requires the use of environmentally friendly cleaning products. Inspections will be conducted routinely, and failure to meet set standards may result in penalties. Accessibility to work sites, particularly during adverse weather conditions, is outlined as a critical consideration. The document emphasizes the importance of timely communication regarding cleaning schedules and any issues encountered, ensuring efficient servicing of these public facilities.
Sol_140L5725Q0039.pdf
PDF1243 KB6/4/2025
AI Summary
The Bureau of Land Management (BLM) is soliciting proposals for the cleaning of 13 vault toilets at five recreation areas under solicitation number 140L5725Q0039. This acquisition is set for a period from September 1, 2025, to August 31, 2030, with a firm fixed-price contract, specifically designated as a small business set-aside. The proposal evaluation will focus on three main criteria: technical approach, past performance, and pricing. Respondents must demonstrate their capability through a sound hiring plan and quality control measures. Important deadlines include questions due by June 16, 2025, and quotes due by June 23, 2024. Offerors must adhere strictly to submission instructions, ensuring compliance with all solicitation requirements. The evaluation process will determine the best value for the government, particularly assessing past projects' relevance and proposing a final total price, including optional extension periods. The contract incorporates various clauses and stipulations, ensuring compliance with federal regulations and labor standards. This initiative reflects BLM’s commitment to maintaining public recreation facilities while promoting local small businesses.
140L5725Q0039_Attachment_02_2025_RecCleaningSites.pdf
PDF1322 KB6/4/2025
AI Summary
The document outlines various staging and recreational sites in the vicinity of the Kanab Field Office, managed by the Bureau of Land Management. Key locations include Crocodile Staging Area, Peek-A-Boo Staging Area, Nephi Pasture Staging Area, Ponderosa Camp Ground, and Elephant Cove Staging Area, with relevant coordinates and landmarks indicated on an accompanying map. The report emphasizes the Bureau's disclaimer regarding the accuracy and reliability of the data provided, suggesting that the information may not comprehensively reflect individual or aggregated uses. The focus on these sites is likely tied to the management and maintenance of public lands, as part of ongoing efforts to facilitate outdoor recreational activities while ensuring the integrity of the natural environment. Such information is essential for project planning, resource allocation, and public engagement under state and federal guidelines. Ultimately, this document serves as a resource to assist relevant stakeholders in understanding the layout and accessibility of recreational offerings, aligning with wider governmental efforts to promote outdoor engagement and stewardship of federal lands.
140L5725Q0039_Attachment_03_Bid_Schedule_Base__4_Option_Year.xlsx
Excel18 KB6/4/2025
AI Summary
The document outlines a Request for Proposal (RFP) for cleaning services at various locations within a federal facility, specifically focusing on vaulted toilet maintenance. Services are detailed for multiple unique sites, such as Ponderosa Grove Campground and several staging areas, specifying the frequency of cleanings that vary by season, ranging from once a week to three times a week. The contract includes a pricing structure based on the number of cleanings required per site, with specific totals calculated for each area. The pricing information remains incomplete, indicated by empty fields. The document's structure organizes locations by group numbers and clean frequency, aiming to present a comprehensive overview of cleaning service requirements over several option years. Overall, the RFP seeks to procure efficient sanitation practices while ensuring the facilities remain in acceptable condition for public use, underscoring the government’s commitment to maintaining cleanliness in natural recreation areas.
140L5725Q0039_Attachment_04_Wage_Determination_2015-5495.pdf
PDF48 KB6/4/2025
AI Summary
The document outlines Wage Determination No. 2015-5495 from the U.S. Department of Labor concerning the Service Contract Act, identifying required wage rates for various occupations in Utah. It specifies minimum wage obligations tied to Executive Orders 14026 and 13658, indicating contractors must pay workers at least $17.75 per hour or $13.30 per hour based on contract terms. The document encompasses detailed wage listings by occupation, fringe benefits, and eligibility for paid sick leave. Workers in multiple roles receive a health and welfare benefit of $5.36 per hour and are entitled to vacation and holiday pay, with compliance monitoring through the conformance process for unlisted job classifications. The directive emphasizes contractor duties for wage compliance and employee benefits while integrating legal frameworks for worker protections under federal contracts.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 4, 2025
deadlineResponse DeadlineJun 23, 2025
awardAwarded to Crystal Clean Services, Inc. 1038 W INDUSTRIAL RD Cedar City UT 84721 USAJul 10, 2025
expiryArchive DateJul 8, 2025

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
BUREAU OF LAND MANAGEMENT
Office
UTAH STATE OFFICE

Point of Contact

Name
Renforth, Mark

Official Sources