Skip to content
Department of the Interior

BLM-CO SWDFMU JANITORIAL

Solicitation: 140L1726Q0004
Notice ID: 6d855281b1064ef7923793a145bb1b45
TypeSolicitationNAICS 561720PSCS201Set-AsideSBADepartmentDepartment of the InteriorAgencyBureau Of Land ManagementStateCOPostedFeb 23, 2026, 12:00 AM UTCDueMar 04, 2026, 12:00 AM UTCCloses in 8 days

Solicitation from BUREAU OF LAND MANAGEMENT • INTERIOR, DEPARTMENT OF THE. Place of performance: CO. Response deadline: Mar 04, 2026. Industry: NAICS 561720 • PSC S201.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,323,511
Sector total $923,693,753 • Share 0.8%
Live
Median
$110,352
P10–P90
$73,636$1,079,427
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,323,511)
Deal sizing
$110,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
2485 South Townsend Ave • Montrose, Colorado • 81401 United States
State: CO
Contracting office
Lakewood, CO • 80225 USA

Point of Contact

Name
Morales, Anthony
Email
amorales@blm.gov
Phone
3032393630

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
BUREAU OF LAND MANAGEMENT
Subagency
COLORADO STATE OFFICE
Office
Not available
Contracting Office Address
Lakewood, CO
80225 USA

More in NAICS 561720

Description

BLM-CO Southwest District (SWDFMU) Janitorial Service

This is a solicitation for janitorial services at our SWDFMU Facilities in Montrose, CO. The resulting award is planned to be issued in March with a desired start date for services on 01 April 2026.


SAM Registration: All vendors must have an active SAM registration and provide their UEI number.

Short Description of requirement: The work covered under this specification consists of performing janitorial services at the Bureau of Land Management buildings located at 2485 South Townsend Ave. (Interagency Fire Center) located on the BLM complex in Montrose, Colorado. Daily work must be performed between the hours of 6:00 a.m. and 12:00 a.m. (midnight), Monday through Friday, and Saturdays between the hours of 6:30 a.m. hours and 6:00 p.m. excluding legal Federal holidays. Weekly, monthly, and semi-annual work may be performed on weekends between 6:30 a.m. and 6:30 p.m. All contract employees will receive a background check and ID badge prior to being able to work in the building after hours. If they have not arrived before the start date of the contract, the working hours must be during business hours.
The space to receive janitorial services consists of approximately 4,824 square feet in the Fire Center. SWD Fire Center consists of 3 private offices, open office work area, 1 dispatch center, 1 expanded dispatch area, 1 coffee bar/break area with appliances, 2 uni-sex restrooms, 3 uni-sex rest rooms with shower, one hallway, gear storage/locker area and entry foyer.

Type of Contract: Performance Based Firm Fixed Price with a Base year and 4 year options.

Period of Performance - April 01, 2026 to March 31, 2031.

Basic Contracting Requirements:
1. Active Registration - www.sam.gov at the time of offers due and throughout the contract
2. Invoicing and Payment - www.ipp.gov - 30-day prompt pay
3. FAR Part 12 - Commercial Items
4. FAR Part 13 - Simplified Acquisition Procedures
5. Service Contract Act Wages for Montrose County, CO -
6. Type of Contract - Firm Fixed Price Base + 4 year options
7. Total Small Business Set-Aside for NAICS 561720 - Size Std: $22M
8. Basis of Award - Price and Other Factors (past experience, past performance and price)
Past Experience: Graded on a scale of- (Substantial Recent and Relevant Past Experience, Recent and Relevant Past Experience, No Recent and Relevant Past Experience) Please provide three recent (within the last 3 years) and relevant (within the same size and scope of this project) jobs that your company has performed or is currently performing.
Past Performance: Graded on a confidence scale- (Significant Confidence, High Confidence, Confidence, Marginal Confidence, No Confidence). Past performance that shows more relevancy, recency and a higher level of customer satisfaction will be graded higher on the scale.
Offeror must provide contact information (name, current phone number or email address, contract identification number, overall dollar value) for this prior work similar in size and scope completed within the last three years. These can be the same projects that are listed under Past Experience. The government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis.

Minimum Requirements for a Responsive Proposal:
1. Filled in, priced and signed SF1449. First pages of the solicitation.
2. Past Experience and Past Performance information.
3. Email Items 1 and 2 in two volumes to the POCs no later than the offers due date, March 3, 2026 by 5:00 PM. Ensure that "140L1726Q0004- SWDFMU Janitorial" is in the subject line of your email.


Primary POC: Contract Specialist Anthony Morales - amorales@blm.gov

Alternate POC: Contracting Officer Kerry Spetter - kspetter@blm.gov

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.