NASA GRC Custodial Services
ID: 80GRC025R7004Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GLENN RESEARCH CENTERCLEVELAND, OH, 44135, USA

NAICS

Janitorial Services (561720)
Timeline
    Description

    NASA's Glenn Research Center (GRC) is seeking qualified contractors to provide custodial services across approximately 1.8 million square feet of facilities in Ohio, encompassing routine and emergency cleaning, as well as specialized clean room services. The procurement aims to ensure a high standard of cleanliness and sanitation, critical for maintaining operational readiness and compliance with health and safety regulations within NASA's research and development environments. Interested parties, particularly small businesses and Historically Black Colleges and Universities (HBCUs)/Minority Institutions (MIs), are invited to submit capability statements by February 10, 2025, detailing their qualifications and past performance. For further inquiries, potential bidders can contact Amanda Larsen at amanda.l.larsen@nasa.gov or call 216-433-3265.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Glenn Research Center (GRC) custodial services performance work statement outlines the requirements for custodial and maintenance services across approximately 1.8 million square feet of facilities, accommodating around 3,000 staff members. The contractor is mandated to provide comprehensive cleaning including emergency services, solid waste removal, recycling, and specialized cleaning in clean rooms. Services will focus on safety, environmental compliance, and client satisfaction, employing green cleaning products and adhering to OSHA regulations. A structured management plan is required to report progress and respond to maintenance requests efficiently. Specifications included various types of cleaning tasks categorized by frequency and intensity, highlighting the contractor's responsibilities for maintaining cleanliness and sanitation to promote health and safety within the NASA facilities. This RFP emphasizes meticulous operational readiness and service quality, demonstrating the government's commitment to uphold functional standards and sustainability in its custodial contracts.
    The Glenn Research Center (GRC) enforces a comprehensive smoking policy, designated under Glenn Policy Directive (GLPD) 1820.2B, to promote a smoke-free environment for the health of all employees and visitors. This directive aligns with Executive Order 13058, which bans smoking in federal buildings and surrounding areas. The policy prohibits smoking in all GRC facilities, within 25 feet of entrances, windows, and air intakes, as well as on rooftops and near hazardous materials. Adequate signage will communicate smoking and nonsmoking areas, and receptacles will be provided in designated locations for cigarette disposal. Employees are encouraged to report violations without fear of reprisal and are allowed official time to address personal needs like smoking, provided it does not interfere with work responsibilities. The directive applies universally to all personnel and visitors at GRC sites and requires compliance from government vehicles and properties. The document establishes roles and responsibilities to ensure adherence to safety and health regulations related to smoking and includes provisions for smoking cessation support for employees. Overall, the GLPD seeks to safeguard public health and create a healthier workspace in accordance with federal policy standards.
    The document outlines the quality standards for routine janitorial services required by the federal government. It specifies cleaning protocols for various areas, including waste management, surfaces, carpets, and restroom maintenance, focusing on thorough cleaning and sanitation to ensure healthy environments. Key sections detail standards for different surfaces—metal, glass, tile, and carpets—alongside procedures for emergency cleaning and maintenance of clean rooms with strict particle count requirements. Essential requirements include timely responses to emergency service requests, ensuring all cleaning is performed to mitigate any hazards, and detailed specifications for cleaning equipment maintenance. The standards serve both practicality and regulatory compliance, aiming to maintain cleanliness across federal facilities efficiently and effectively.
    The document details the operational requirements and cleaning schedules for various clean rooms at NASA Glenn Research Center, highlighting their dimensions and status. Each clean room is categorized with a clean room class, size, and designated cleaning periods, which range from daily service to cleaning upon request. Specific rooms have additional comments related to accessibility, such as the availability of evening cleaning or key access for second shifts. The report notes the potential impact of ongoing construction and rehabilitation projects on the details provided, affirming that the government will not adjust costs due to discrepancies unless substantial changes occur. This information serves as part of federal government requests for proposals (RFPs), illustrating the government’s need for maintaining strict cleanliness standards in specialized environments, crucial for research and development activities. Overall, it underscores the importance of cleanliness and compliance within government-operated facilities as part of their operational protocols.
    The document outlines a comprehensive inventory of various government buildings, detailing specifications such as square footage, types of flooring, restroom facilities, and areas needing cleaning. It lists 71 buildings, totaling 1,815,449 cleanable square feet with varied amenities and configurations, including administrative offices, laboratories, and research facilities. Each entry includes dimensions and details about non-cleanable spaces and specific features like sinks, toilets, and fountains. The document also notes ongoing construction that may affect accuracy and mentions that the government will not adjust costs unless changes are substantial. This inventory is relevant for managing federal RFPs and grants, as it assists in facility maintenance planning, operational efficiency, and ensuring compliance with health and safety standards in government properties.
    The document outlines the 2019 janitorial supply and equipment inventory under RFP 80GRC018R0023. It details various products, their monthly average usage, quantities, and designated locations. Items listed comprise cleaning supplies like antibacterial hand soaps, disinfectants, personal protective equipment (PPE), trash bags, and janitorial equipment such as mops, vacuum cleaners, and floor scrubbers. The inventory is indicative of the operational needs for maintaining cleanliness and hygiene in federal facilities. Additionally, it highlights the infrastructure in place for janitorial services, which supports efficient facility management and compliance with health and safety standards. The data provided serves as a reference for potential contractors responding to the request for proposals aimed at sustaining janitorial operations into future years, reflecting projected occupancy rates and supply requirements for 2020-2024.
    NASA Glenn Research Center (GRC) is seeking capability statements from interested parties, including small businesses and Historically Black Colleges and Universities (HBCUs)/Minority Institutions (MIs) for its Custodial Services procurement. The initiative aims to assess competition levels and establish small business subcontracting goals, potentially setting aside contracts for specific business demographics such as Women-owned or Service-Disabled Veteran businesses. This follows a previous custodial services contract and includes tasks for routine and emergency custodial work, as well as clean room services, classified under NAICS code 561720 with a size standard of $22 million. Firms interested in participating must submit a capability statement via email by February 10, 2025, detailing company information, past performance on similar contracts, and capabilities as outlined in the draft Statement of Work. Responses are for planning purposes and do not imply a commitment from the Government. Interested organizations are urged to monitor SAM.gov for any future solicitation announcements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Protective Services Office (PSO) Support Services Contract
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking support services for its Protective Services Office (PSO) through a contract justified under Other than Full and Open Competition (JOFOC). This procurement is aimed at fulfilling specific security and housekeeping needs essential for the operational integrity of the facility. The services are critical for maintaining a safe and secure environment at the Moffett Field location in California. Interested parties can reach out to Paul Gonia at paul.m.gonia@nasa.gov or Starr Strong at starr.l.strong@nasa.gov for further details regarding this opportunity.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Z--Facilities Support Services for Operations and Maintenance and Janitorial Suppo
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking contractor support for Facilities Support Services related to Operations and Maintenance (O&M) and Janitorial Services at its Great Lakes Toxicology and Ecology Division (GLTED) laboratory facility in Duluth, Minnesota. The contract will encompass a range of services including the operation and maintenance of laboratory buildings, grounds maintenance, janitorial services, and support for shipping, receiving, and fleet operations, all essential for maintaining uninterrupted research activities at the facility. This procurement is significant as it ensures the proper functioning of a vital environmental research facility that supports long-term studies, with a total performance period of five years anticipated under a hybrid contract structure. Interested parties should contact Erin Ridder at ridder.erin@epa.gov or Kathleen Brady at brady.kathleen.v@epa.gov for further details.
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.