Janitorial Services - Mercedes

Project ID: FY26r3141015 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyInternational Boundary and Water Commission U.S.-Mexico
Deadline05/11/26
Posted05/07/26
Estimated ValueNot Provided
Set AsideSBA
NAICS561720 - Janitorial Services
PSCS201 - Housekeeping- Custodial Janitorial
LocationMercedes, TX 78570 United States
Description
Primary Latest Change

Posted: April 18, 2026, 5:35 p.m. EDT

Current (Newest Update)

Posted: May 7, 2026, 6:05 p.m. EDT This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued separately. The solicitation number is FY26R3141015 and this solicitation is issued as a request for quote (RFQ). This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 561720 Janitorial Services, with a corresponding small business standard of $22.0 million. Only offers from small businesses will be considered for this solicitation. Offer due date/local time: 3:00 PM Mountain on May 11, 2026. Please reference the solicitation number FY26R3141015 in the subject line. Offers shall be emailed to angelica.baca@ibwc.gov. FAXED QUOTES WILL NOT BE ACCEPTED. Active Unique Entity ID (UEI#) shall be included with your offer. Price Sheet shall be included with your quote. Only questions submitted by email to angelica.baca@ibwc.gov will be considered. Questions received from Offerors after 3:00 pm Mountain on May 6, 2026, may not be responded to. A site visit is highly encouraged. It may be scheduled by contacting Juan Uribe at juan.uribe@ibwc.gov , schedule Mon-Thursday 8:00am-3:00pm by NLT May 4, 2026. Description: The International Boundary and Water Commission is seeking a price quote for Janitorial Services, for the IBWC Mercedes Field Office located at 325 Golf Course Rd. Mercedes Texas 78570. Performance Period: Base Year + 4 Option Years. The government will award to the lowest price, technically acceptable, responsible offeror. The Contractor shall provide all labor, material, equipment, subcontract, supervision, and management to perform the requirements of this Statement of Work (SOW). The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor's Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance. Technical Approach - Quote must demonstrate the technical approach by providing a narrative addressing all the items in the scope. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. Past Performance Quotes shall demonstrate successful past performance of at least 3 three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project. Offerors shall meet or exceed and specifications and scope of work of items being quoted. Failure to submit required technical approach and past performance will deem a proposal non-responsive and no consideration for award will be given. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acuisition.gov. INVOICE PROCESSING PLATFORM The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. Information concerning accessing the IPP system will be provided at time of award. END of combined synopsis/solicitation. Attachments: Performance Work Statement Price Sheet Applicable Provisions and Clauses Wage Determination 4/20/26 - Modification 001 to add correct Wage Determiantion document 4/23/26 - Modification 002 to add Q&A as follows: How many restrooms are included, and what is their total square footage? AREAS TO BE CLEANED: Administration Building approximately 4,000 square feet. Personnel Building approximately 3,000 square feet. Shop Offices with urinal space approximately 1,000 square feet Number of toilet/ urinals and Showers Administration Building Two sinks and two toilets Personnel Building Women-two sinks, two toilet and two showers Men's, three sinks, two urinals, two toilet and three showers Shop Offices One sink and one toilet 4/26/26 - Modification 003 to add Q&A as follows: 1) Is a site map or floor plan available? No 2) Can the Government confirm the total square footage breakdown by building type (office vs shop vs restroom-heavy areas)? Information is posted in solicitation. 3) Is there an expected staffing level or historical incumbent staffing model for this requirement? I don't have any historical incumbent staffing model, but I can provide number of personnel on each building Administration Building 2 restroom, 1 toilet and 1 sink each restroom 8 personnel working full time Personnel Building Women restroom 2 toilet, 2 sink and 2 showers Men's restroom 2 toilet, 3 sink, 2 urinal and 3 showers. 27 personnel but most of them are out working on the levees. Shop Offices 1 restroom, 1 toilet and one sink. 3 personnel work in this area 4) Are there any high-traffic or priority areas requiring additional attention beyond the weekly schedule? Personnel Building has a conference room (approx..1,245 sqft) of high traffic. This area is also used for televised meetings every quarter. 5) The contractor is required to provide toilet tissue, paper towels, soap, and deodorizers can estimated monthly usage or historical consumption be provided? I have no historical record. 6) For quarterly services (waxing, carpet shampooing), can the Government confirm the square footage of carpet vs vinyl tile flooring? AREAS TO BE CLEANED: Administration Building approximately Carpet= 1,705 sqft Waxing= 1,435 sqft Personnel Building approximately NO carpet Waxing= 3,000 sqft Shop Offices NO carpet Waxing=1,000sqft It is essential that the contractor meets all minimum requirements for weekly, monthly, and quarterly cleaning services as outlined in the Scope of Work. 7) Is there a current incumbent contractor, and can pricing or performance history be shared? Will there be a transition period or overlap with the current contractor? New contract 4/29/26 - Modification 004 to add Q&A and attachments as follows: 3ply Tissue - Is there a particular brand? And is this a regular tissue roll? We use 2 ply tissue. We don't have a specific brand but I have attached what we currently have in stock. Office Deodorizer - Is this supposed to be a wall mount dispenser that sprays out or a handheld aerosol spray? We would like wall mount dispenser. I have attached a picture of existing ones in place. The contractor can change dispenser to one they prefer. 5/1/26 - Modification 005 to add Q&A as follows: High Cleaning Safety: The SOW mentions cleaning higher than 8ft. Does the government provide a ladder, or must the contractor bring their own ladders/lifts for this task? Contractor shall use their own equipment to complete the task. It's up to their own discretion to determine the correct equipment to use safely. Waste Disposal: The SOW says to remove wastepaper to a "designated area." Does this mean a dumpster provided by the IBWC on-site, or is the contractor responsible for hauling trash off-site? IBWC will provide dumpster FAR Clause 52.219-8 (Utilization of Small Business Concerns).Specifically, since we intend to engage a subcontractor to perform the services, could you please confirm how this clause applies to us as a small business prime contractor? It requires both prime contractors and their subcontractors to ensure that small businesses have the maximum practicable opportunity to participate in subcontracting and contract performance. This clause applies regardless of whether the prime is a small or large business. 5/7/26 - M006 Q&As as follows: Supplies and Inventory: Since the contractor is responsible for providing 2-ply toilet paper, paper towels, and soap, could you confirm the exact number of toilet paper and paper towel dispensers installed in each of the three buildings (Admin, Personnel, and Shop)? Administration Building 2 restroom, 1 toilet and 1 sink each restroom Each Restroom shall have one paper towel and one soap dispenser. 8 personnel working full time Personnel Building Women restroom 2 toilet, 2 sink and 2 showers One Paper Towel and one soap dispenser Men's restroom 2 toilet, 3 sink, 2 urinal and 3 showers. Two Paper Towel and two soap dispenser 27 personnel but most of them are out working on the levees. Shop Offices 1 restroom, 1 toilet and one sink. One Paper Towel and one soap dispenser 3 personnel work in this area Cleaning Schedule: Is there a preferred window for daily cleaning (e.g., day shift vs. night shift)? Additionally, are there specific access restrictions or security protocols for the Personnel and Shop buildings? Day shift (see SOW section Service To Be Performed , Personnel building and administration building both require a Security card to access the building. Contractor shall contact COR during the visit, and the COR will escort them into the building. Quarterly Services: For the floor waxing and carpet shampooing tasks, are these required to be performed over the weekend, or can they be scheduled during standard business days? We recommend Friday but contractor will contact COR to schedule the waxing and carpet shampooing. Exterior Window Cleaning: Could you provide the total count of windows requiring service, the required frequency for exterior cleaning, and the maximum height involved? Administration Building 9 exterior windows (30 60 size) top of window is approx. 6.5ft from the floor 3 interior window (24x55 size) top of window is approx.. 6.5 from the floor Personnel Building 10 exterior windows 7 window of 24 x72 . Top of window is approx. 7ft from the floor 3 window of 48 x48 Top of window is approx. 7ft from the floor Shop offices 1 exterior window 30 x30 top of window is approx.. 7ft from the floor Waste Management: Regarding the transfer of waste to the on-site dumpster, please confirm if this task is required only once per week or if it must be done during every scheduled cleaning visit? Trash will need to be transfer to on-site dumpster on a weekly task. Schedule Flexibility: In the event that cleaning cannot be performed on a designated day, is it permissible to reschedule the service for another day within the same week? Yes, please coordinate with COR if reschedule is needed.

Contacts
Contact nameAngelica Baca
Contact emailangelica.baca@ibwc.gov
Contact phoneNone
Secondary contact nameSeone Michael Jones
Secondary contact emailseone.jones@ibwc.gov
Secondary contact phoneNone
Same Region Opportunities

Heel Counter Material

Agency: Texas Department of Criminal Justice Correctional Institutions Division [TX]

Location: Texas

NAICS: Not Provided