S--Boise District Offices (BDO) Recreational Site Mai
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), National Operations Center, is soliciting bids for Recreational Site Maintenance and Services for its Boise District Offices (BDO) in Southwest Idaho. This is a Combined Synopsis/Solicitation (RFQ) set aside for Total Small Business (FAR 19.5). The contract is for comprehensive janitorial services, basic maintenance, and minor/major repairs across 69 recreational sites. Proposals are due by February 12, 2026, 5:00 p.m. MT.
Scope of Work
The contractor will provide all equipment, labor, and materials for maintenance and repair services. Key areas include:
- Basic Maintenance: Cleaning vault toilets and other facilities, general grounds clean-up (trash collection, litter removal), and transporting trash to authorized landfills.
- Minor Repairs: Addressing graffiti, repairing damaged steel and concrete surfaces, sign components, and adjusting vehicle barriers.
- Major Repairs: Facility restoration or replacement, and large-scale grounds clean-up, all requiring COR pre-approval. The work covers 69 sites, with specific conditions noted for locations like Silver City and Jump Creek, requiring additional trash removal. Biobased "GREEN" products are required for supplies.
Contract Details
- Type: Firm-fixed-price contract.
- Period of Performance: Includes a Base Period (March 2026 - February 2027), four Option Periods (March 2027 - February 2031), and an Option to Extend Services (March 2031 - August 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 (Custodial Janitorial Services), with a $22 Million size standard.
- Incumbent Information: The incumbent contractor is Dawn Floyd, with the current contract awarded at $1,093,660.
Submission & Evaluation
- Submission Deadline: February 12, 2026, 5:00 p.m. MT.
- Submission Method: Email proposals to Ian Steinheimer at isteinheimer@blm.gov.
- Evaluation Criteria: Technical submissions will be evaluated as detailed in the amended clauses (FAR 52.212-2).
- Required Documents: Completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3).
- Key Attachments: Bidders must review the Schedule of Pricing (Attach_1) for cost structure, Amended Clauses and Provisions (Attach_2_Amd1) for legal framework, Amended Site List (BD_Rec_Maint_Site_List_Amd1) for site inventory, and Wage Determination (Attach_7) for labor rates.
Additional Notes
An amendment (0001) provided answers to questions, corrected the number of toilets at Wilson Creek, and added several FAR clauses, including those for evaluation criteria and sustainable products. Clarifications include that the contractor is not responsible for bathroom pumping (only notification) or snow removal/de-icing during extreme weather. Contractor personnel must wear uniforms, have a Project Lead, pass HSPD-12 security clearance, and maintain a safe driving record. Monthly service visit records (Attach_6) are required.