Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 6 PM
Combined Synopsis/Solicitation
Washington District of columbia

Corral Cleaning Services at PVC - Reno, NV

Details

Solicitation ID 140L0125B0001
Posted Date 25 Jun 2025 at 6 PM
Response Date 25 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Washington Dc Office
Agency Department Of Interior The
Location Washington District of columbia United states 20003

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now
Pursuant to Federal Acquisition Regulation (FAR) 12.603(a), the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of corral cleaning services at the National Wild Horse and Burro Center at Palomino Valley in Reno, Nevada.

(i) This is a combined synopsis/solicitation for the acquisition of commercial services prepared 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; bids are being requested, and a written solicitation will not be issued.

(ii) Solicitation Number 140L0125B0001 is being issued as an Invitation for Bid (IFB). This solicitation will utilize the policies contained in FAR Part 14, Sealed Bidding in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 12, Acquisition of Commercial Products and Commercial Services.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective January 17, 2025.

(iv) This solicitation is being issued as a 100% total small business set-aside. The North American Industry Classification System (NAICS) code associated with this solicitation is 562119 titled Other Waste Collection with a size standard of $47,000,000.00.

(v) See the Statement of Work (SOW) for detailed requirements (Attachment 1). The Price Schedule to be completed and returned with your bid is provided as a separate document (Attachment 2). Wage Determination 2015-5596 Revision 24 dated December 23, 2024 is hereby incorporated into this combined synopsis/solicitation (Attachment 3).

(vi) The services to be acquired through this combined synopsis/solicitation are for the cleaning and material replacement for corrals located at the National Wild Horse and Burro Center at Palomino Valley in Reno, Nevada in accordance with the SOW (Attachment 1).

(vii) Performance location is detailed in the attached SOW (Attachment 1). The base performance period is from the date of award through July 31, 2026. The four (4), 12-month option periods will be from August 1, 2026 through July 31, 2030.

(viii) FAR Provision 52.212-1, Instructions to Offerors Commercial Products and Commercial Services applies to this acquisition. Potential offerors shall read and comply with all terms and conditions. See Addendum to FAR 52.212-1 Instructions to Offerors (Attachment 6) for additional instructions.

(ix) This acquisition is being solicited using FAR Part 14, Sealed Bidding. The basis of award will be Lowest Priced Bid. The award will be made to the small business who is a responsive, responsible bidder whose bid, conforms to this invitation for bid (IFB) that is the most advantageous to the Government, considering the total evaluated price.
To be eligible for award, the bidder must be a small business deemed responsible in accordance with FAR 9.104, provide all documentation/information required in this solicitation; meet all requirements of the solicitation and conform to all required terms and conditions. Failure to comply with the terms and conditions of the solicitation may result in the bidder being ineligible for award.

(x) Offerors shall ensure that their Representations and Certifications are up to date in the System for Award Management (SAM) which can be accessed through https://www.sam.gov. Offerors shall ensure that this acquisition NAICS Code of 562119 is listed in FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Servies. Offerors that do not have access to SAM shall print the full FAR Provision 52.212-3 and complete the required entries and include with their bid.

(xi) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services applies to this acquisition. See FAR Clause 52.212-4 for additional information (Attachment 4).

(xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services, applies to this acquisition. See FAR Clause 52.212-5 for additional information (Attachment 4).

(xiii) Additional FAR clauses that apply to this acquisition are provided in Attachment 4. All FAR clauses will be incorporated into the successful offerors¿ contract award. Additional provisions that apply to this acquisition are provided at Attachment 5. These provisions are incorporated into this solicitation but will not be incorporated into the successful offerors contract award.

(xiv) The Defense Priorities and Allocations System does not apply to this acquisition.

(xv) Bids are due no later than Friday July 25, 2025 10:00 A.M. MST. Bids shall be submitted via electronic mail to the point of contacts listed below in section. See Addendum to FAR 52.212-1, Instructions to Offerors for bid opening details (Attachment 6).

(xvi) Interested parties may submit questions relating to this solicitation via electronic mail to the point of contacts listed below and are due no later than 10:00 a.m. MT, July 14, 2025 after combined synopsis/solicitation issuance.

The following individuals are points of contact for this combined synopsis/solicitation.

Heath Moore
Contracting Officer
Department of Interior, Bureau of Land Management
[email protected]

Melanie Stevens
Contract Specialist
Department of Interior, Bureau of Land Management
[email protected]

The following sections and attachments are hereby incorporated into this combined synopsis/solicitation:

Attachment 1 Statement of Work
Attachment 2 Price Schedule
Attachment 3 Wage Determination 2015-5596 Revision 24 dated December 23, 2024
Attachment 4 Clauses
Attachment 5 Provisions
Attachment 6 Addendum to FAR 52.212-1, Instructions to Offerors

Similar Opportunities

Reno Nevada 31 Dec 2025 at 5 AM (estimated)
Reno Nevada 31 Dec 2025 at 5 AM (estimated)
Washington District of columbia 11 Jul 2025 at 4 AM (estimated)
Washington District of columbia 01 Feb 2028 at 12 AM
Washington District of columbia 01 Feb 2028 at 12 AM

Similar Awards

Location Unknown 06 Apr 2015 at 7 PM
Location Unknown 05 Apr 2019 at 4 PM
Location Unknown 12 Jun 2015 at 7 PM
Location Unknown 29 Jun 2015 at 3 PM
Location Unknown 07 Mar 2016 at 3 PM