S--FDO JANITORIAL SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), New Mexico State Office, is soliciting competitive quotes for Janitorial Services at its Farmington District Office located at 6251 College Boulevard, Farmington, NM. This is a Total Small Business Set-Aside for a firm-fixed-price contract. Quotes are due by March 25, 2026, at 3:00 PM MDT.
Scope of Work
The requirement is for comprehensive janitorial services covering approximately 36,000 square feet, including the Administrative Office Building, Warehouse, and designated exterior areas. Services encompass:
- Interior Cleaning: Sweeping, mopping, vacuuming, dusting, restroom cleaning and restocking, trash/recycling emptying, high-touch surface cleaning, and maintaining cleanliness in break rooms, conference rooms, and entrance areas.
- Warehouse Cleaning: General sweeping, dusting, and trash emptying in office and garage areas.
- Exterior Cleaning: Removing trash and debris from sidewalks, patios, and entryways; emptying and sanitizing exterior trash and cigarette receptacles. Snow removal is excluded.
- Specialized Tasks: Periodic deep cleaning such as carpet extraction, grout cleaning, upholstery care, and window washing. Services are to be performed outside regular office hours (8:00 am - 5:00 pm, Monday-Friday), unless otherwise agreed, and are not required on eleven designated holidays and weekends.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year from April 10, 2026, to April 9, 2027, plus four option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Size Standard: $22 million)
- Response Due: March 25, 2026, 3:00 PM MDT
- Published Date: March 20, 2026
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability will be evaluated on a Pass/Fail basis across the following factors:
- Technical Approach: Proposed cleaning schedule, staffing/supervision plans, and quality control procedures.
- Staffing Qualifications: Ability to meet background requirements (HSPD-12, NAC/NACI).
- Past Performance: List of at least three similar services completed within the last five years, demonstrating relevancy to the SOW.
- Price: Submitted via the attached price schedule, evaluated for reasonableness.
Special Requirements & Notes
- Site Visit: A site visit was strongly encouraged; options were available on March 18 and 19, 2026, at 2:00 PM MDT, with RSVP required.
- Personnel Security: Contractor employees must undergo background investigations (NAC/NACI) and obtain Federal Government-issued personal identification cards (PIV cards) for building access.
- Supplies & Equipment: Contractor must provide commercial/industrial grade equipment. The Government will provide basic cleaning chemicals, supplies, and equipment (e.g., vacuum cleaner, mops, brooms) for daily/weekly tasks. Contractor monitors inventory and maintains a two-week supply of restroom and cleaning supplies.
- Submission: Quotes must be submitted via email to lhubbard@blm.gov.
- Contact: Lashondra Hubbard (lhubbard@blm.gov).