Topeka WFO Non-personal Janitorial Services
ID: 1305M325Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for non-personal janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) located in Topeka, Kansas. The procurement requires the contractor to provide all necessary labor, materials, and equipment to maintain approximately 4,200 square feet of operational space, with the contract commencing on January 1, 2025, and extending through December 31, 2025, along with four optional renewal years. This service is crucial for ensuring the cleanliness and operational efficiency of government facilities, thereby supporting the mission of the NWS. Interested small businesses must submit their quotes electronically by November 8, 2024, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire is a document required for contractors participating in government contracts, specifically designed to evaluate their performance on previous contractual obligations. The questionnaire requires contractors to provide detailed information regarding their firm, contract specifics, project descriptions, and client references. Key elements include areas for assessing quality, schedule adherence, cost control, management effectiveness, regulatory compliance, and customer satisfaction. Ratings for contractor performance are categorized as exceeds (E), satisfactory (S), unsatisfactory (U), or not applicable (N), reflecting the contractor’s ability to meet or exceed contractual standards. The form requires the client reference to provide feedback on various metrics related to contractor performance, ensuring a comprehensive evaluation process. This questionnaire serves as a critical tool for the government in assessing potential contractors’ reliability and capabilities, ultimately influencing future contracting decisions and compliance with federal and state regulations.
    The document outlines a Request for Quotation (RFQ) for non-personal janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Topeka, Kansas, scheduled to begin from January 1, 2025, and spanning through December 31, 2025, with four potential option years. It specifies requirements for all necessary labor, materials, and equipment to manage janitorial tasks at the facility, which includes about 4,200 square feet of operational space. The contract is set aside for small businesses and follows FAR guidelines for submissions, requiring interested parties to submit their quotes by November 8, 2024. Evaluation criteria primarily focus on the technical approach, past performance, and pricing. The RFQ also mandates strict adherence to scheduling and work specifications, including observance of federal holidays and quality control mechanisms. The contractor must be registered in the System for Award Management (SAM) and provide details on their technical capabilities and experience through specified documentation, which must be submitted electronically. Overall, this solicitation aims to ensure high-quality maintenance of government facilities through a competitive, value-driven bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Visibility And Present Weather Sensor
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the acquisition of Visibility and Present Weather Sensors on behalf of the National Weather Service (NWS). This procurement will follow the Federal Acquisition Regulations (FAR) 12 and 15, aiming to establish a Firm-Fixed-Price (FFP) single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a lifecycle of five one-year ordering periods. The sensors are critical for meteorological applications, enhancing weather observation capabilities, and the anticipated award date is around July 2025. Interested contractors must register on SAM and maintain active registration throughout the contract's duration, with a Request for Proposal (RFP) expected to be available for download on or about November 29, 2024. For further inquiries, contact Paul Thomas at paul.thomas@noaa.gov or Jennifer Roesner at JENNIFER.ROESNER@NOAA.GOV.
    ProTech 2.0 - Weather Domain RFP - Amendment 01
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is issuing a Request for Proposal (RFP) for the ProTech 2.0 - Weather Domain, aimed at enhancing NOAA's operational capabilities through a suite of multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts. This procurement seeks professional, scientific, and technical services to support the National Weather Service (NWS) and other NOAA offices, focusing on areas such as scientific modeling, weather observation systems, and program management over a ten-year period. The total ceiling for all orders under this initiative is $8 billion, with a five-year base period and an optional five-year extension. Interested contractors should direct inquiries to Pierre Smith at pierre.s.smith@noaa.gov or Lucjan Haber at lucjan.haber@noaa.gov, and must acknowledge receipt of the amendment by the specified deadline to ensure their offers are considered valid.
    EC-LMDT JANITORIAL SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking qualified small businesses to provide janitorial services at the Leadville Water Treatment Plant. The procurement is a Total Small Business Set-Aside under NAICS code 561720, and it requires vendors to submit electronic quotations that include a complete package of past performance and technical information, along with a pricing schedule. This solicitation is crucial for maintaining cleanliness and operational efficiency at the facility, with a contract that includes a base year and four option years, plus an option to extend services. Interested vendors must submit their proposals by 17:00 EST on November 25, 2024, and can direct inquiries to Tamaron Calloway at TCalloway@usbr.gov or by phone at 803-307-3567.
    OILY WASTE PUMP OFF
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to perform the pump-off of approximately 1,700 gallons of oily waste from the NOAA Ship Reuben Lasker, docked at 1839 Water Street, San Diego, CA. The contractor will be responsible for the removal and disposal of the oily waste in compliance with all applicable local, state, and federal regulations, utilizing a Wilden pump with a stinger for the transfer process. This procurement underscores NOAA's commitment to environmental management and regulatory compliance in waste handling from its vessels. Interested small businesses must submit their proposals by October 25, 2024, with the work scheduled for completion by October 30, 2024. For further inquiries, contact Christopher Baker at christopher.baker@noaa.gov or call 757-317-0683.
    USCG KETCHIKAN ALASKA JANITORIAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for janitorial services at Base Ketchikan, Alaska, with an anticipated contract start date in January 2025. The contractor will be responsible for maintaining clean and sanitary conditions in government buildings, employing a tailored labor mix and management structure based on historical data, while adhering to federal and state compliance regulations. This procurement emphasizes the use of eco-friendly materials and qualified personnel, ensuring safety and regulatory compliance throughout operations. Interested parties must submit their proposals to Deno Stamos at deno.a.stamos@uscg.mil before the specified deadline to be considered for the award.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the Manchester Campus Addition Construction project at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new, energy-efficient facility spanning approximately 24,000 gross square feet, which will include advanced laboratory spaces for marine species research and studies on ecosystem impacts, consolidating various functions currently spread across multiple sites. The procurement will follow Full and Open Competition guidelines, utilizing a Best Value approach where technical factors are prioritized over cost, with an estimated construction budget between $25 million and $35 million and a projected completion timeline of 700 days. Interested contractors must be registered with the System for Award Management (SAM) and are invited to a pre-submission site visit on February 21, 2025, with the official solicitation expected to be published on February 4, 2025. For further inquiries, contractors can contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    NOAA NOS OCM Coastal Geospatial Services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking small businesses capable of providing coastal geospatial services to support the National Ocean Service (NOS) Office for Coastal Management (OCM). The procurement aims to enhance data collection efforts essential for the protection and management of U.S. coastal areas, including the Great Lakes, utilizing advanced technologies such as GIS and remote sensing. Accurate geospatial data is critical for NOAA's Digital Coast initiative, and contractors will be required to demonstrate technical expertise across various tasks, including data acquisition and geospatial analysis, while adhering to strict quality control and compliance standards. Interested parties must submit their capabilities and relevant experience by October 30, 2024, and can contact Carley Flaxman or Dorothy Curling for further information.
    LAKE GEORGETOWN OFFICE JANITORIAL SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified contractors to provide janitorial services at the Lake Georgetown Office. This non-personal services contract requires the contractor to supply all necessary personnel, equipment, supplies, and materials to perform the janitorial services as outlined in the Performance Work Statement (PWS). The services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a conducive working environment. Interested small businesses must submit their proposals, including a completed conceptual work plan, to the primary contact, Baisy Lanzo, at baisy.j.lanzo@usace.army.mil or by phone at 817-659-6355, with a secondary contact available in Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL or 817-886-1161.
    Janitorial Services for USDA, AMS, FGIS in Jonesboro, AR
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotations for janitorial services at its facility located in Jonesboro, Arkansas. The contract will establish a firm fixed-price agreement for non-personal janitorial services, required three days a week, with an initial base period of one year and options for four additional one-year extensions. This procurement is vital for maintaining a clean and safe environment in compliance with USDA regulations, ensuring that the facility operates efficiently and meets health standards. Interested vendors must submit their complete quotation packages by October 31, 2024, at 12:00 p.m. Central Time, and can direct inquiries to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811.
    SECTOR LAKE MICHIGAN SNOW REMOVAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for snow removal and de-icing services at the Sector Lake Michigan facility in Milwaukee, Wisconsin. The contract encompasses a base year plus four option years, requiring the contractor to manage snow clearing over approximately 2.7 acres of paved surfaces and sidewalks, with snow removal commencing at one inch of accumulation and achieving a 95% clearance standard. This procurement is critical for maintaining safe conditions during winter months and ensuring compliance with environmental regulations to protect Lake Michigan. Interested vendors must submit their quotes on business letterhead, detailing estimated materials, labor, and man-hours, to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL, with a site visit scheduled for October 30, 2024, at 10:00 AM Central Time. The contract is set aside for small businesses, and all contractors must be registered with the System for Award Management (SAM) to be eligible.