This solicitation is set aside for total small businesses. Only electronic proposals will be accepted and emailed to the contracting officer by 2:00 PM Mountain Daylight Time on Friday, August 15, 2025. Questions must be submitted at least 72 hours prior to the closing date. A site visit is scheduled for August 8, 2025, at 10:00 AM at the warehouse. The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular **** will be considered for award on the following price schedule, but no offer will be considered for award on only a part of the price schedule. The government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, key personnel onsite performing the work, past performance, and price. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The contractor shall meet in conference with the contracting officer and contracting officer representative to discuss and develop mutual understandings relative to scheduling and administration of the work. The government will supply the contractor with paper towels, toilet tissue, hand soap, deodorant spray, trash bags, wax and cleaners. The government has cleaning equipment available such as a broom, mop, bucket, dust mop, and vacuums. The contractor is responsible for the health and safety of contractor employees and any subcontractor employees. The contractor is responsible for damage caused by contractor employees or subcontractor employees. Reclamation recognizes the responsibility of the contractor to carry out performance and quality control of the tasks in the performance work statement. The QASP focuses on the level of performance required by the performance work statement rather than the methodologies used by the contractor to complete the tasks. Reclamation intends to use measurable performance standards, including timeliness, to measure/monitor the contractor's performance. In conduct of this QASP, reclamation will utilize COR random inspection and employee feedback. The performance standards are as follows: (a list of performance standards is included in the document). If the contractor fails to meet the performance standard, the CO or COR will notify the contractor and allow a 24-hour period for the contractor to meet the standard. If the contractor consistently fails to meet performance standards, a price reduction schedule will apply. The provision at ****, instructions to quoters commercial items applies to this acquisition. Addendum to **** substitutes the term quote where the term offer appears in the **** evaluation commercial products and commercial services applies. The following provisions apply to the solicitation process of this procurement: ****, provisions incorporated by reference; ****, quoter representations and certifications commercial items; ****, system for award management (SAM); ****, commercial and government entity code reporting; ****, clauses incorporated by reference; ****, contract terms and conditions commercial items; ****, contract terms and conditions required to implement statutes or executive orders commercial items; ****, system for award management maintenance; ****, reporting executive compensation and first-tier subcontract awards; ****, protecting the government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment; ****, option to extend services; ****, option to extend the term of the contract; ****, notice of total small business set aside; ****, convict labor; ****