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
    S--BGNDRF Janitorial and Light Maintenance
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified vendors to provide janitorial and light maintenance services for the Brackish Groundwater National Desalination Research Facility (BGNDRF) in Alamogordo, New Mexico. The contract, anticipated to run from March 24, 2025, to March 23, 2030, includes comprehensive cleaning services twice a week for approximately 5,740 square feet of office, laboratory, and restroom spaces, along with additional light maintenance tasks. This procurement is crucial for maintaining high standards of cleanliness and safety at the facility, which supports federal research initiatives. Interested small businesses must submit their capabilities by February 10, 2025, and registration in the System for Award Management is required for eligibility. For further inquiries, vendors can contact Nayda Gonzalez at ngonzalez@usbr.gov.
    30 OSS Airfield Window Cleaning & Janitorial Services
    Buyer not available
    The Department of Defense, through the United States Space Force, is soliciting proposals for window cleaning and janitorial services at Vandenberg Space Force Base in California. The procurement encompasses recurring window cleaning, dusting, stairwell cleaning, and carpet cleaning across multiple buildings, including the Air Traffic Control Tower, with services expected to commence on March 20, 2025, and last for one year. This initiative is crucial for maintaining operational readiness and safety at military facilities, while also promoting small business engagement, as the contract is set aside for small businesses under NAICS code 561720. Interested parties must submit their quotes by February 12, 2025, and direct any inquiries to Andrew Gabel or Aaron Morse via email.
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
    Maintenance Hangar Floor Sweeper/Scrubber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a zero-emission, ride-on floor scrubber, with a particular emphasis on the Karcher B300 RI BP model or an equivalent. The requirements include a floor sweeper/scrubber with one front brush, various technical specifications such as battery type, working widths with side brushes, and a large wastewater tank, along with pricing that incorporates shipping costs. This procurement is crucial for maintaining cleanliness and operational efficiency at the Vienna, Ohio facility. Interested vendors should direct inquiries to Joshua D. Indorf at joshua.indorf.1@us.af.mil or call 330-609-1389, and must adhere to the submission guidelines outlined in the solicitation amendment, with all proposals due by the specified deadlines.
    Task 1: Consulting Task 3: Publications Task 4: Hydrogen Peroxide
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract for consulting services, publications, and hydrogen peroxide-related tasks to Montana State University. The primary objective of this procurement is to address biofilm formation challenges in the wastewater processing assembly of the International Space Station (ISS), which is critical for maintaining the Water Recovery System (WRS) and ensuring the success of future space missions. The project will involve consulting on biofilm science, publishing research findings, and testing hydrogen peroxide's efficacy in mitigating biofilm growth, with a timeline extending from January to December 2025. Interested organizations can submit their qualifications by February 6, 2025, at 7 a.m. Central Standard Time, with inquiries directed to Procurement Specialist Shanna Patterson at shanna.l.patterson@nasa.gov.
    Maintenance Hangar Floor Sweeper/Scrubber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a zero-emission, ride-on maintenance hangar floor sweeper/scrubber to be used at the 910th Airlift Wing located at Youngstown Warren Airport in Vienna, Ohio. The procurement requires a specific model, the Karcher B300 RI BP or an equivalent, which must meet detailed technical specifications including a working width of 55 inches, a 79-gallon water tank, and a performance capacity of up to 152,847 square feet per hour. This acquisition emphasizes the importance of environmentally friendly equipment and is set aside for small businesses, with a submission deadline for quotes by 10:00 a.m. EST on February 28, 2025. Interested vendors should direct their inquiries and quotations to Joshua D. Indorf at joshua.indorf.1@us.af.mil.
    USFS Northern Research Station, Parsons, WV Janitorial
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to provide janitorial services at the Northern Research Station in Parsons, West Virginia. The contract will cover custodial services for a period not to exceed one year, with the option for four additional one-year extensions, ensuring the maintenance of cleanliness and safety in government-owned facilities. This procurement is set aside for small businesses under the NAICS code 561720, emphasizing the importance of compliance with federal regulations and performance standards. Interested vendors must attend a site visit, submit their quotes within 60 days, and ensure registration in the System for Award Management (SAM) prior to contract award. For further inquiries, potential bidders can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.
    NOREAS - Santa Susana Field Laboratory Consulting
    Buyer not available
    NASA's Marshall Space Flight Center is seeking consulting services for environmental cleanup activities at the Santa Susana Field Laboratory. The primary objective is to maintain and enhance community outreach and strategic consulting efforts related to these environmental remediation activities. This procurement is significant as it supports NASA's commitment to environmental protection and compliance with federal regulations. Interested organizations are invited to submit their capabilities and qualifications to Samuel P. McIlvoy via email by 4:00 PM Central on February 8, 2025, as the government intends to evaluate submissions to determine the potential for competitive acquisition.
    DEVELOPMENT FOR TEST FACILITY IN ADVANCING HYDROGEN TECHNOLOGY DEVELOPMENT FOR AERONAUTIC APPLICATIONS
    Buyer not available
    NASA's Glenn Research Center is seeking input for the development of a Cryogenic Hydrogen Test Facility aimed at advancing hydrogen technology for aeronautic applications. The facility will enable safe testing of hydrogen-based systems and components, which are essential for future transportation innovations. This initiative is part of the Transformative Aeronautics Concepts Program, which focuses on promoting innovative aeronautics concepts while addressing technical and social challenges in aviation. Interested parties are encouraged to submit their feedback by February 21, 2025, to the primary contact, Ian C. Park, at ian.park@nasa.gov, or the secondary contact, Kevin Carroll, at kevin.m.carroll@nasa.gov.
    ABB MR304SC Spectroradiometer
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure an ABB MR304SC spectroradiometer, along with a telescope and associated software, for the Glenn Research Center in Cleveland, Ohio. This procurement aims to enhance the sensing capabilities within NASA's research and development efforts, specifically through the acquisition of a Fourier Transform Infrared Spectroscopy (FTIR) System that meets detailed technical specifications, including dual input/output optical ports and various infrared detector configurations. Interested organizations are invited to submit their capabilities and qualifications by February 6, 2025, at 3:00 PM CST, to determine whether the acquisition will proceed on a competitive basis. For further inquiries, potential bidders can contact Sara Stuart or Debbie Matthews via email.