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, issued a solicitation for Janitorial Services for its Farmington District Office (FDO) facility. This opportunity, designated as a Total Small Business Set-Aside, sought a contractor to provide comprehensive cleaning services for approximately 36,000 square feet. The contract was to be awarded on a Lowest Price Technically Acceptable (LPTA) basis. The original proposal submission deadline was March 25, 2026. This notice is categorized as an Award Notice, published on April 9, 2026, indicating the conclusion of the solicitation process.
Scope of Work
The required services encompass comprehensive janitorial duties for the BLM FDO facility located at 6251 College Boulevard, Farmington, NM. This includes the Administrative Office Building (approx. 31,000 sq ft), Warehouse (approx. 7,880 sq ft), and designated exterior areas. Services include:
- 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 receptacles (snow removal excluded).
- Specialized Tasks: Periodic deep cleaning such as carpet extraction, grout cleaning, upholstery care, and window washing. Services were to be performed outside regular office hours (8:00 am - 5:00 pm, Monday-Friday), with specific daily, weekly, quarterly, semi-annual, and annual frequencies detailed in the Statement of Work.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year (April 10, 2026 – April 9, 2027) plus four option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Janitorial Services), Size Standard: $22 million
- Original Proposal Due: March 25, 2026, 9:00 AM MDT
- Award Notice Published: April 9, 2026
Evaluation
Award was based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability required meeting or exceeding non-cost evaluation factors, which included:
- 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: At least three similar services within the last five years, with Federal Agency references being desirable.
- Price: Evaluated for reasonableness.
Key Requirements / Special Notes
The contractor was required to provide commercial/industrial grade equipment (UL listed, shielded), while the government supplied basic cleaning chemicals, routine supplies, and equipment (vacuums, mops, brooms). Contractor employees needed to wear uniforms and badges, adhere to hygiene standards, and comply with HSPD-12 for building access, including background investigations. A site visit was strongly encouraged prior to the original proposal due date. Amendment 0001 updated the period of performance, revised evaluation criteria, and posted questions and answers, clarifying details on service execution, equipment, and building access.