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 Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Janitorial Services for recreation sites in Washington County, St. George, UT. This is a Request for Quote (RFQ) for a Firm Fixed Price contract. Quotes are due by Tuesday, February 24, 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, disinfection, pest control, garbage removal, and restocking supplies. The contractor must furnish all labor, equipment, and supplies, including specific types of toilet paper and water. Cleaning materials should be bio-based and EPA-designated where possible. Specific sites include Sand Mountain OHV Area, Bearclaw Poppy Trailhead, and Red Cliffs Campground.
Contract Details
- Contract Type: Request for Quote (RFQ), Firm Fixed Price (FFP)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561720 (Janitorial Services) with a $22M size standard
- Period of Performance: A base year (March 1, 2026 - February 28, 2027) and four 12-month option years, extending through February 28, 2031.
- Wage Determination: Subject to Service Contract Act wage rates and fringe benefits for Utah County, Washington.
Submission & Evaluation
- Quotes Due: Tuesday, February 24, 2026, at 12:00 PM MST.
- Questions Due: Tuesday, February 17, 2026, at 12:00 PM MST (as per original solicitation).
- Submission Requirements: Quotes are limited to 10 pages, excluding technical appendices and resumes. Past performance information is limited to one page per record. Price must be submitted using the attached Bid Schedule. All submissions must include a signed copy of Amendment 0001.
- Evaluation Factors: Award will be made to the responsible vendor whose quotation is most advantageous to the Government, considering price and other factors. Evaluation will focus on:
- Technical Approach (Pass/Fail): Including hiring/retention plan, quality control plan, and equipment/supplies description.
- Past Performance: At least three similar projects within the last five years.
- Price
- Notes: A site visit is strongly recommended. Offerors must have an active SAM registration. Quotations must be valid for a minimum of 60 days.
Key Documents
Bidders should review the Performance Work Statement (PWS) for detailed requirements, the Quality Assurance Surveillance Plan (QASP) for performance monitoring, the Cleaning Schedule for specific frequencies and locations, the Bid Schedule for pricing, the Map for geographical context, and the Wage Determination for labor cost compliance.