HFO JANITORIAL SERVICES 2YR

SOL #: 140L6426Q0008Combined Synopsis/Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
ARIZONA STATE OFFICE
PHOENIX, AZ, 85004, United States

Place of Performance

Place of performance not available

NAICS

Facilities Support Services (561210)

PSC

Custodial Janitorial Services (S201)

Set Aside

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

Timeline

1
Posted
Apr 27, 2026
2
Submission Deadline
May 29, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Bureau of Land Management (BLM), Arizona State Office, is soliciting quotes for Janitorial Maintenance Services at eight (8) recreational sites within Maricopa and Yavapai Counties, Arizona. This 100% Total Small Business Set-Aside opportunity seeks a contractor to provide cleaning, disinfecting, trash removal, and restocking of vault toilet buildings. The contract will be a Firm Fixed Price award for a base year and one option year. Questions are due by May 15, 2026, and quotes are due by May 29, 2026, at 12:00 PM MDT.

Scope of Work

The selected contractor will provide comprehensive janitorial services for eight recreational sites, including Big Bug Trail Head, Silver Creek, Table Mesa, Badger Springs, Church Camp, Boulders OHV, Sophies Flat, and Harquahala Backcountry Byway. Specific tasks involve cleaning and disinfecting all surfaces (floors, walls, ledges, windows, toilet seats, grab bars) to CDC standards, sweeping and mopping floors, collecting and legally disposing of all trash, and restocking consumables like toilet paper (6 rolls per vault). The contractor is responsible for supplying all necessary consumables, cleaning supplies, water, equipment, management, supervision, personnel, and transportation. No government-supplied resources are available. Work is to be performed during normal business hours (6:00 AM to 5:00 PM).

Contract Details

This is a Combined Synopsis/Solicitation issued as a Request for Quote (RFQ) under FAR Parts 12 and 13. A Firm Fixed Price Contract will be awarded.

  • NAICS Code: 561210 (Custodial Janitorial Services) with a size standard of $47 million.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • Period of Performance:
    • Base Year: October 1, 2026, to September 30, 2027
    • Option Year 1: October 1, 2027, to September 30, 2028

Submission & Evaluation

Offerors must comply with FAR Provision 52.212-1, Instructions to Offerors. Quotes must include a Technical Statement detailing the approach to the Statement of Work (SOW), estimated labor hours, and plans for supplying utilities at remote sites. Three references for similar jobs within the last three years are required. Quotes must utilize the provided Bid Schedule (Attachment 5). Evaluation will be based on FAR 52.212-2, considering:

  1. Technical Approach
  2. Past Experience
  3. Past Performance
  4. Total Price Award will be made to the offeror with the lowest evaluated price among proposals meeting or exceeding acceptability standards for the non-cost factor of Technical Approach.

Eligibility & Key Requirements

  • Offerors must be a Total Small Business.
  • Must be registered in the System for Award Management (SAM) with up-to-date Representations and Certifications.
  • Experience providing janitorial services at remote locations without access to water and electricity may receive a higher rating.
  • Contractor personnel must adhere to occupational health and safety regulations.
  • Deliverables include a Certificate of Insurance (COI), monthly invoices, and signed/dated maintenance logs.

Important Dates & Contact

Key Attachments

  • Attachment 1: Statement of Work (SOW) - Details specific tasks, performance standards, and locations.
  • Attachment 2: Clauses and Provisions - Contains mandatory FAR clauses and provisions.
  • Attachment 3: Wage Determinations - Provides Service Contract Act wage rates for Maricopa and Yavapai Counties.
  • Attachment 4: Instructions to Offerors - Detailed submission guidance.
  • Attachment 5: Bid Schedule - Required for pricing submission.

People

Points of Contact

Henriques, RachelPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
HFO JANITORIAL SERVICES 2YR | GovScope