S--JANITORIAL FOR GJAC PLUS OPTION YEARS
ID: 140L1724Q0052Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide janitorial services for the Grand Junction Air Center (GJAC) in Colorado, with a contract period extending from September 17, 2024, to September 16, 2029. The procurement includes a base year and four option years, requiring comprehensive cleaning services that adhere to health and safety standards, with an emphasis on quality control and environmental compliance. This contract is vital for maintaining clean and safe facilities that support fire management operations, and it is set aside for small businesses under NAICS code 561720, with a minimum wage requirement of $17.20 per hour as per the Service Contract Act. Interested vendors must submit their proposals, including a signed SF-1449 and a technical response, by September 9, 2024, to the contracting point of contact, Patrick Frost, at pfrost@blm.gov.

    Point(s) of Contact
    Spetter, Kerry
    (970) 244-3183
    (303) 239-3699
    kspetter@blm.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a janitorial services contract at the Grand Junction Air Center, overseen by the Bureau of Land Management. The contractor is responsible for providing all necessary personnel, equipment, and supplies, maintaining a clean and safe environment to support aviation fire response operations. Services must comply with OSHA standards and involve routine cleaning schedules, including daily, weekly, monthly, and semi-annual tasks across various areas, including restrooms, kitchens, and office spaces. The contract spans one base year and up to four option years. The contractor must implement a competitive quality control program to ensure high service standards while adhering to safety protocols, including background checks and key control measures. The government will supply certain consumables, but the contractor must provide eco-friendly cleaning materials. Compliance with federal regulations and overall safety is paramount, evidenced by stringent quality assurance evaluations and specified performance thresholds. This document serves as a critical framework for maintaining operational integrity and health standards within the facility.
    The Performance Work Statement (PWS) outlines janitorial services for the Grand Junction Air Center, managed by the Bureau of Land Management (BLM). The contract focuses on non-personnel services to maintain clean and safe facilities essential for fire management support. Services will be executed under various schedules, including daily, weekly, monthly, and semi-annual tasks, primarily adhering to health and safety standards from OSHA and other relevant authorities. The contract period spans one base year with four potential extensions, commencing September 16, 2024. Quality control and assurance protocols are emphasized, requiring the contractor to maintain a rigorous quality control plan, with the government monitoring performance via a Quality Assurance Surveillance Plan. Additionally, contractors must provide all necessary janitorial supplies and equipment, ensure employee compliance with security and background checks, and periodically submit detailed reports on personnel and service performance. The document stipulates that all cleaning materials meet environmentally friendly standards. The clear structure and comprehensive requirements reflect a meticulous approach to ensuring high service levels, safety, and environmental compliance in a critical operational setting.
    The document outlines the wage determination under the Service Contract Act for jobs in Colorado's Mesa County, effective from July 22, 2024. It specifies the minimum wage requirements for federal contracts, tied to Executive Orders 14026 and 13658. For contracts after January 30, 2022, employees must be paid at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive a minimum of $12.90 per hour. The document lists various job titles and their corresponding wage rates, including fringe benefits and additional regulations about sick leave, vacation, and holiday pay. Specific sections detail compliance with paid sick leave provisions and uniform requirements for employees under specific contracts. Additionally, the conformance process for unlisted job classifications within federal contracts is outlined. The document serves as a critical reference for contractors to ensure compliance with labor laws and wage standards in connection with federal RFPs and grants. It underscores the government's commitment to worker protections and fair compensation in service contracts.
    The pre-quote meeting minutes for the BLM-CO GJAC Janitorial Services contract (140L1724Q0052) outline the requirements and expectations for vendors interested in bidding. Key participants included contract specialists and project leads from the Bureau of Land Management (BLM). The janitorial services must comply with various health and safety guidelines, including OSHA and state regulations. Eligible vendors must have active registrations at SAM.gov, utilize IPP.gov for invoicing within a specified timeframe, and meet criteria under FAR regulations. The contract is limited to small businesses under NAICS code 561720, with contract awards based on price and technical evaluations. Payment procedures require inspections by the contracting officer after work completion. Common inquiries during the meeting addressed facility specifics, such as the number of toilets and available supplies, while the performance work statement details government and contractor responsibilities. This contract highlights the BLM's focus on maintaining cleanliness and compliance while engaging small businesses in federal service contracts.
    The document outlines an amendment to solicitation 140L1724Q0052 for janitorial services at the BLM-CO Grand Junction Air Station. It emphasizes the need for all offerors to acknowledge receipt of this amendment before the specified deadline to avoid rejection of their offers. A non-mandatory site visit is scheduled for August 29, 2024, with participants urged to inspect the site to gain an understanding of the service conditions. The amendment incorporates a provision for the site visit and clarifies that the contract will be awarded based on price and other factors, including the technical response in relation to the Performance Work Statement (PWS). Additionally, the amendment states that the contract will be a Firm-Fixed Price (FFP) type, limiting changes primarily to increases due to Department of Labor wage determinations. Key requirements for bid submission are outlined, including a signed SF-1449 form, technical response documentation, and submission via email by September 9, 2024. The document emphasizes the importance of proper invoicing through the specified government portal and contains details about the performance period from September 17, 2024, to September 16, 2029.
    This document outlines an amendment to solicitation number 140L1724Q0052 concerning Janitorial Services for the BLM-CO Grand Junction Air Station. Amendment 002 provides site visit notes and answers to questions raised by bidders, confirming that a building map is unavailable and no additional site visits will occur. The contracting requirements include a Firm-Fixed Price contract type with expectations for proposals to be submitted by September 9, 2024. Interested bidders must register on www.sam.gov for active status, submit a signed SF-1449, and email their technical responses to the contracting point of contact, Patrick Frost. The contract period is defined to extend from September 17, 2024, to September 16, 2029. The bidding selection will rely on price and technical evaluations, assessing compliance with the performance work statement. Invoices will be processed using www.ipp.gov. The amendment's purpose is to update bidders on the solicitation conditions, ensuring they are aware of all requirements and deadlines, thereby facilitating a competitive procurement process while maintaining clarity and compliance with federal contracting standards.
    The document outlines a Request for Proposal (RFP) for janitorial services at the Bureau of Land Management's Grand Junction Air Station in Colorado, with a focus on a firm-fixed-price contract structure. It specifies a total small business set-aside under NAICS code 561720, with an offer deadline set for September 9, 2024. The RFP includes requirements for contractors, emphasizing the need for active registration in the SAM system, compliance with specific performance standards, and the submission of a technical response demonstrating how services meet specified criteria. A site visit is scheduled for August 29, 2024. The contract encompasses services for up to five years, with multiple option years for extension. The document details invoice submission guidelines via the Invoice Processing Platform (IPP) and mandates adherence to various federal regulations concerning labor standards, payment terms, and contractor compliance. Overall, the RFP emphasizes the importance of detailed technical proposals and compliance with all established government contract regulations, ensuring that the awarded contractor follows due process from bidding through contract execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The procurement aims to ensure clean and safe recreational environments by providing management, labor, and supplies for janitorial tasks across multiple sites, including vault toilet cleaning and litter removal. This initiative is crucial for maintaining public facilities in wilderness areas, enhancing accessibility, and promoting environmental stewardship. Interested small businesses must submit their offers by September 16, 2024, following a site visit on September 9, 2024, and can direct inquiries to Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766.
    CTF Janitorial Services - 8(a) Sole Source
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Alaska State Office, is seeking qualified contractors to provide janitorial services under a sole-source 8(a) contract. The procurement aims to maintain a clean and safe environment across multiple BLM facilities in Anchorage, Alaska, emphasizing a performance-based approach that includes compliance with OSHA regulations and the use of environmentally friendly cleaning products. This contract, which spans from October 24, 2024, to October 23, 2025, with options for extension through 2029, requires the contractor to adhere to specific cleaning tasks, frequencies, and performance standards, ensuring minimal disruption to facility operations. Interested parties should submit proposals via email to Kristina Maldonado by September 4, 2024, and must include a Unit of Experience Identifier (UEI) as part of their submission.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    LP Nur Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Lucky Peak Nursery located in Boise, Idaho. The contract will cover comprehensive cleaning services for various facilities, including offices and restrooms, from September 30, 2024, to September 29, 2029, with options for four additional years. This procurement is vital for maintaining a clean and professional environment at the nursery, and it is set aside for small businesses under NAICS code 561720. Interested contractors must submit their technical and price proposals by email to Andrea Marks-Cash by 2:00 PM MDT on September 20, 2024, ensuring compliance with federal regulations and labor standards throughout the contract duration.
    S--JANITORIAL SERVICES,DSW GILA SUB,YSC, YUMA ARIZONA
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide janitorial services for the Gila Substation and Yuma Service Station located in Yuma, Arizona. The procurement aims to secure comprehensive cleaning and maintenance services over a performance period that includes a base year plus four option years, supporting the operations of the Western Desert Southwest Region. These janitorial services are crucial for maintaining a clean and safe working environment at the facilities. Interested parties should note that the closing date for proposals is September 20, 2024, with a Q&A deadline extended to September 17, 2024. For further inquiries, potential bidders can contact Brant M. Sylvester at sylvester@wapa.gov or by phone at 916-365-4460.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    Janitorial Service for the Miller St. Compound, Deschutes NF, Bend, OR
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Miller Street Compound located in Bend, Oregon. The contract encompasses year-round weekly cleaning of approximately 4,821 square feet of office space, restrooms, and workshops, along with semi-annual services such as carpet cleaning and window washing, and additional seasonal restroom cleaning from May to October. This procurement is crucial for maintaining cleanliness and hygiene standards within federal facilities, ensuring a safe and pleasant environment for staff and visitors. Interested contractors must submit their proposals, including technical and price components, by the specified deadline, and can direct inquiries to Contracting Officer Thomas Hammerle at thomas.hammerle@usda.gov.