S--SGFO Recreation Sites Janitorial 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 Bureau of Land Management (BLM), Utah State Office, is seeking janitorial services for SGFO Recreation Sites in Washington County, St. George, UT. This is a Request for Quote (RFQ) for a Firm Fixed Price (FFP) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The deadline for quotes is Monday, March 9, 2026, at 12:00 PM MST.
Scope of Work
The contractor will provide site-specific janitorial services and maintenance for 25 developed recreation sites, including 26 vault toilets, 2 composting toilets, 2 plumbed restrooms, and 1 historical building. Services include cleaning, pest control, garbage removal, and restocking supplies. The contractor must furnish all labor, equipment, and supplies, including specific types of toilet paper, water, and wood chips. Cleaning materials should be bio-based and EPA-designated where possible. A detailed cleaning schedule outlines frequencies (daily, weekly, bi-weekly, monthly) across different seasons for each location.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ)
- NAICS Code: 561720 (Janitorial Services) with a $22M size standard
- Period of Performance: A base year (March 1, 2026 - February 28, 2027) with four 12-month option years, extending through February 28, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
Submission & Evaluation
Quotes are due by Monday, March 9, 2026, at 12:00 PM MST. Award will be made to the responsible vendor whose quotation is most advantageous to the Government, considering price and other factors. Evaluation will be based on:
- Technical Approach (Pass/Fail): Includes hiring/retention plan, quality control plan, and description of equipment/supplies.
- Past Performance: At least three similar projects completed within the last five years.
- Price
Quotations are limited to 10 pages, with technical appendices and resumes not permitted. Past performance information is limited to one page per record. Price must be submitted using the attached Bid Schedule. Quotations must be valid for a minimum of 60 days. Offerors must have an active System for Award Management (SAM) registration.
Key Attachments
Bidders should review the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), Bid Schedule, Cleaning Schedule, Map of Sites, and the Wage Determination for detailed requirements and pricing structure.
Additional Notes
A site visit is strongly recommended to understand the scope and geographical spread of the services. All submissions must include a signed copy of the latest amendment (Amendment 002).
Point of Contact
Contract Specialist: Jessilyn Sanborn (jsanborn@blm.gov, 3032360204)