BIFO Rec Sites Vault Cleaning Service
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 Department of the Interior, Bureau of Land Management (BLM), Montana State Office, is soliciting quotes for BIFO Rec Sites Vault Cleaning Service. This Total Small Business Set-Aside opportunity seeks custodial services for six vault latrines at high-use recreation sites in Yellowstone County, Montana. The contract will be a Firm Fixed-Priced (FFP), Single Award Contract. Quotes are due June 9, 2026, at 1:00 pm Mountain Time.
Scope of Work
The contractor will provide all necessary management, labor, tools, equipment, supplies, and incidentals for regular and thorough cleaning and maintenance of six vault latrines. These facilities are located at:
- Sundance Lodge Recreation Area (2 latrines)
- Four Dances Natural Area (1 latrine)
- Acton Recreation Area (1 latrine)
- Shepherd Ah Nei Recreation Sites (OHV and Horse Area) (2 latrines)
Services are required annually from April 1 to October 31. Cleaning frequency is bi-weekly from April 1 to May 30, and weekly from June 1 to October 31. Specific tasks include vault pumping, waste and trash removal, toilet paper refilling, sweeping and pressure washing floors, sanitizing, and cleaning all interior and exterior surfaces. The contractor must also remove non-BLM stickers and report significant damage.
Contract Details
- Contract Type: Service, Firm Fixed-Priced (FFP), Single Award Contract.
- NAICS Code: 562991, Septic Tank and Related Services (Size Standard: $9 million).
- Product/Service Code: S222, Waste Treatment And Storage.
- Period of Performance: A base period from June 15, 2026, to March 31, 2028, with two one-year option periods extending the total duration up to March 31, 2030 (not to exceed 66 months).
Submission & Evaluation
- Questions Due: June 4, 2026, at 10:00 am Mountain Time. Submit via email to Jorge Alvarez (jorge_alvarez@ios.doi.gov).
- Quote Response Date: June 9, 2026, at 1:00 pm Mountain Time. All quotes must be submitted via email to Jorge Alvarez.
- Submission Requirements: Quoters must submit four volumes: Required Documentation, Prior Demonstrated Experience, and Pricing.
- Evaluation Factors: Prior Demonstrated Experience is considered more important than Price. Award will be made to the responsible firm whose quote is most advantageous to the Government.
Eligibility & Requirements
This procurement is a Total Small Business Set-Aside. Quoters determined to be other than a small business will be deemed ineligible. Contractors must be registered in the System for Award Management (SAM) and submit payment requests electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). A site visit is recommended for offerors to inspect the sites. Bidders must adhere to the provided Wage Determination (No. 2015-5389, Rev. 28) for minimum labor costs in Carbon and Yellowstone Counties, Montana. The use of biobased products is required, and contractors must develop a Quality Control Plan.