Kanab FO West Vault Toilet CLEANING
ID: 140L5725Q0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    USBP Tucson Sector Portable Restrooms and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide portable restrooms and maintenance services for the Tucson Sector. This procurement aims to ensure the availability and upkeep of sanitation facilities, which are crucial for operational efficiency and hygiene in border enforcement activities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 562991 pertaining to septic tank and related services. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details regarding the solicitation process.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.