DCSC-25-RFP-046 DC Courts Janitorial Services
Type: Special Notice
Overview

Buyer

DISTRICT OF COLUMBIA COURTS

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The District of Columbia Courts is seeking qualified contractors to provide comprehensive janitorial services for various court facilities under Solicitation Number DCSC-25-RFP-046. The contract aims to ensure clean and well-maintained environments across six primary buildings and several off-site locations, requiring contractors to supply labor, supervision, materials, and equipment while adhering to strict performance and safety standards. This opportunity is critical for maintaining public health and safety within the court system, emphasizing the use of environmentally friendly cleaning methods and prompt emergency response capabilities. Interested parties must submit their proposals by April 7, 2025, and can contact Kenneth Evans at Kenneth.Evans@dccsystem.gov or by phone at 202-879-8776 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the General Provisions for supply and service contracts utilized by the District of Columbia Courts. Aimed at establishing standards, these provisions address various essential aspects including definitions of terms, procedures for making changes to contracts, transfer limitations, indemnification, inspection of supplies and services, payment, and employment non-discrimination requirements. The provisions also impose compliance with health and safety standards, intellectual property rights management, and the obligation to maintain and exam records. Key points include the Court's authority to inspect and test delivered goods, requirements for job quality, and provisions for termination of contracts under specific circumstances, including default or convenience. The terms reinforce the independent contractor relationship while ensuring protection against legal disputes and maintaining equitable financial practices. This document serves to establish clear operational guidelines in adherence to federal and local contracting standards, ensuring accountability and transparency within contractual agreements with the Court.
    The District of Columbia Courts' Sexual Harassment Policy establishes a zero-tolerance stance on sexual harassment in the workplace, aligning with Title VII of the Civil Rights Act of 1964. The policy defines sexual harassment as unwelcome sexual conduct that impacts employment decisions or creates an intimidating work environment. It outlines inappropriate behaviors such as sexual advances, sexual jokes, and unwanted touching, applicable to all employees during official court business or work-related events. Managers and supervisors are responsible for maintaining a harassment-free workplace and must take action on any allegations reported. The policy stipulates clear procedures for reporting and investigating complaints, encouraging employees to report incidents to their supervisors or the Equal Employment Opportunity Officer. Confidentiality is emphasized during the investigation process, while corrective actions align with the Courts' comprehensive personnel policies. Training programs aim to educate employees and management on preventing and addressing sexual harassment effectively. This initiative underscores the Courts' commitment to fostering a safe work environment and ensuring compliance with applicable laws and regulations.
    The District of Columbia Courts' Past Performance Questionnaire (PPQ) is designed to evaluate contractors' performance on federally funded projects. The document establishes a structured format for contractors to provide essential information, including firm details, project specifics, contract type, and completion dates. It seeks client feedback using a defined rating scale (Exceptional to Unsatisfactory) across various performance metrics such as quality, timeliness, customer satisfaction, management, cost management, safety, and compliance with contractual terms. Clients are encouraged to submit completed PPQs directly to the DC Courts, ensuring verified assessments of contractor performance. The evaluation framework not only aids in identifying strengths and weaknesses but also informs future contracting decisions under government RFPs and grants. This process underscores the importance of accountability and transparency in federal contracting, aiming to enhance project outcomes and client satisfaction.
    The Anti-Collusion Statement is a requirement for all bidders or offerors participating in a bid or proposal process. It affirms that the vendor, whose name is specified, has not engaged in any collusion or arrangements that would contravene the Sherman Anti-Trust Act, ensuring free competition is maintained. The vendor certifies that the proposal is independent, free from any influence or interest from other parties in the same business domain, and asserts that no personnel associated with the D.C. Courts are involved in the proposal. Furthermore, it requires the vendor's signature and must be notarized, ensuring authenticity and adherence to the anti-collusion stipulation. This document is critical in government procurement processes to uphold fair bidding practices and integrity among competitors.
    The document outlines ethical standards in public contracting relevant to employees and contractors of the Court. It mandates adherence to ethics in procurement, stipulating that individuals with financial interests in a procurement process must disqualify themselves if a conflict of interest is present. It prohibits any form of gratuity or employment offers intended to influence procurement decisions. Additionally, it emphasizes the need for confidentiality, stating that any use of confidential information for personal gain is considered unethical. Employees are also restricted from serving on the boards of contractors with whom the Court has current contracts if their responsibilities relate to contract management. The guidelines aim to foster integrity and transparency in the Court's procurement processes, ensuring that all interactions are conducted fairly and without impropriety in the context of government RFPs and grants.
    Attachment J.4 outlines mandatory non-discrimination provisions for contractors engaged in federal contracts exceeding $10,000. The document stipulates that contractors must not discriminate against employees or applicants based on race, religion, color, sex, or national origin, unless such factors are bona fide occupational qualifications. Contractors are required to visibly post notice of this non-discrimination policy and to declare themselves as equal opportunity employers in job solicitations. Furthermore, it mandates that these non-discrimination provisions must be included in subcontract agreements exceeding the same financial threshold, ensuring that all vendors adhere to these regulations. In essence, this document establishes foundational non-discrimination requirements aimed at promoting fair employment practices within the context of government contracts, reinforcing compliance with federal laws and fostering equal opportunities in the workplace.
    The document is a Certification of Eligibility required for participation in federal projects and grants. It certifies that the signing company and associated individuals (in various administrative roles) are not currently under suspension, debarment, or ineligible to receive federal funds. It confirms they have no criminal record involving fraud or misconduct within the past three years and that there are no pending debarments. Any exceptions to this certification must be noted, with details regarding the individual, agency, and timeframe. The document emphasizes that false information may lead to serious legal consequences under the Program Fraud Civil Remedies Act. It must be notarized, validating the authenticity of the certification. This certification serves as a crucial vetting tool to ensure that only eligible parties partake in government-funded projects, fostering accountability and integrity in the allocation of public resources.
    The Tax Certification Affidavit is a mandatory document for all bids or offers exceeding $100,000 within the District of Columbia. Its purpose is to certify compliance with tax laws and licensing requirements. Bidders must confirm their current tax status, specifying if they are current or not with Unemployment Insurance. If they are not current, they must indicate whether they have a payment agreement with the Department of Finance and Revenue or the Department of Employment Services. Additionally, the affidavit requires submission of the D.C. Employer Tax ID, Unemployment Insurance Account Number, and D-U-N-S Number. The document authorizes verification of the provided information by government authorities and outlines penalties for false statements, which can include fines and imprisonment, as prescribed by D.C. law. The affidavit must be signed by an authorized person from the bidding organization, with a space for notarization to ensure authenticity. This document underscores the importance of tax compliance in the bidding process for government contracts, reflecting the broader context of accountability in federal grants and RFPs.
    The document outlines certification requirements related to maintaining a drug-free workplace for contractors engaging with D.C. Courts contracts. It defines key terms, such as "controlled substance," "conviction," and "drug-free workplace," setting the framework for compliance. Bidders, particularly those whose offers exceed $25,000, must certify their commitment to enforce a drug-free environment by publishing policies, establishing awareness programs, and reporting employee drug convictions. They must inform employees of potential penalties for violations and take appropriate action against convicted personnel, which may include termination or rehabilitation program participation. Individual bidders also commit to abstaining from unlawful substance use. Non-compliance renders a bidder ineligible for contract award, with potential legal repercussions for false certifications. This provision emphasizes the importance of a drug-free workplace in federal contracts, ensuring contractor accountability in promoting employee health and legal adherence.
    The document serves as a Release of Claims form for contractors engaged with the District of Columbia Courts under a specific contract. The Contractor certifies the total amount owed by the Courts, details any additional outstanding claims, and affirms that all work has been completed as per the contract terms with no unpaid claims for materials or services. By signing this release, the Contractor agrees to relinquish any further claims against the Courts in exchange for the certified payment, except for specified amounts. Should the Courts fail to fulfill the stated payment, the Contractor retains the right to claims listed in subsequent sections until resolved. The Contractor is also obliged to provide further assurance if requested by the Courts following payment. This form's structured approach outlines the obligations and protections for both parties in the contractual relationship, ensuring clarity and legal compliance in financial transactions tied to public service provision.
    The document outlines the requirements for contractors regarding timely payment to subcontractors and suppliers before receiving progress payments. It mandates that the contractor must provide a certification to the Contracting Officer, Dr. Cheryl R. Bailey, confirming that all payments will be made according to contractual agreements. Accompanying this certification, the contractor is required to submit a comprehensive list detailing all subcontractors and suppliers along with the respective payment amounts. Progress payments will not be disbursed until this information is submitted, ensuring financial accountability in contractor operations. This requirement emphasizes the government's commitment to maintaining ethical procurement practices and property management in federal and state projects.
    The District of Columbia Courts (DCC) seeks qualified contractors to provide comprehensive janitorial services for various court facilities under Solicitation Number DCSC-24-RFP-046. The contract aims to maintain clean and well-kept environments for both staff and the public across six primary buildings and several off-site locations throughout the District. The contractor will be responsible for providing labor, supervision, materials, and equipment while adhering to stringent performance and safety standards. The solicitation outlines specific requirements, including site inspections, a bid submission process with technical and price proposals, and a detailed scope of work detailing cleaning tasks with varying frequencies. The inclusion of environmentally friendly cleaning methods and adherence to safety regulations is emphasized. Additionally, contractors must be capable of responding promptly to emergencies and maintaining stringent cleanliness in public and private areas within the court facilities. Proposals will be evaluated based on price and the ability to fulfill the service requirements outlined in the Work Statement, ensuring that facilities are continuously clean and professionally maintained. The closing date for submissions is set for April 7, 2025, with pre-bid site visits scheduled prior.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Multiple Award AEP IDIQ Services Contracts
    Buyer not available
    The District of Columbia Courts is seeking qualified firms to provide Architectural, Engineering, and Planning (AEP) services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to support the Capital Projects and Facilities Management Division with services including pre-design, space planning, and construction document preparation, addressing the urgent needs for courtroom facility renovations and expansions. This initiative is crucial for enhancing the operational efficiency and safety of the judiciary system, with contracts expected to span a two-year base period and three optional one-year extensions, potentially totaling up to $3 million annually per firm. Interested bidders must submit their proposals by March 21, 2025, at 1:00 PM EST, and can direct inquiries to Flor de Maria de Rivera at maria.rivera@dccsystem.gov or by phone at 703-901-1547.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    Janitorial Services for the Embassy of the United States of America in Doha, Qatar.
    Buyer not available
    The U.S. Department of State is soliciting proposals for janitorial services at the Embassy of the United States in Doha, Qatar, under Solicitation Number 19QA10-25-R-0001. The procurement aims to secure comprehensive custodial services, including routine and additional temporary services, with a focus on maintaining high standards of security and health for all personnel involved. This contract is crucial for ensuring a clean and safe environment at the embassy, with a duration of one year and options for four additional years. Interested offerors must attend a pre-proposal conference on March 25, 2025, and submit their proposals electronically by April 27, 2025, at 09:00 a.m. local time, with inquiries directed to Vincent Fellone at FelloneVC@state.gov or Firas Bashir at BashirFT@state.gov.
    DKI APCSS Custodial Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified contractors to provide custodial services at the Daniel K. Inouye Asia-Pacific Center for Security Studies (APCSS) located in Honolulu, Hawaii. The contract will encompass a range of janitorial services, including basic cleaning, restroom maintenance, periodic maintenance, emergency cleaning, and day porter services, adhering to National Executive Housekeepers Association (NEHA) standards. This procurement is critical for maintaining a clean, safe, and professional environment at the facility, with a contract term of one base year starting in July 2025, followed by four optional years. Interested firms must submit their Capability Statements by March 10, 2025, to the primary contact, Courtney Taitt, at whs.ncr.ad.mbx.dsca-group@mail.mil, as part of the market research process prior to a potential Request for Proposal (RFP).
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for janitorial services across 11 recruiting centers located in Massachusetts and Rhode Island. Contractors will be responsible for delivering comprehensive cleaning services, including daily and monthly tasks, while adhering to federal safety and health regulations, with a contract duration starting April 1, 2025, and options for annual extensions up to three years. These services are crucial for maintaining cleanliness and safety in facilities that support national service operations. Interested vendors should contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324 for further details and to ensure compliance with the submission requirements outlined in the solicitation documents.
    The Solicitation for Janitorial Services for the U.S. Consulate General Cape Town
    Buyer not available
    The U.S. Department of State is soliciting proposals for janitorial services at the U.S. Consulate General in Cape Town, South Africa. The selected contractor will be responsible for comprehensive cleaning services across various areas, including offices, restrooms, and public spaces, with an initial contract period of 12 months and four optional one-year renewals. This procurement is significant as it aims to maintain high cleanliness standards in alignment with U.S. government protocols while promoting opportunities for women-owned small businesses. Interested contractors must submit their electronic quotations by March 31, 2025, following a pre-quotation conference on March 11, 2025, and ensure compliance with all specified requirements, including registration in the System for Award Management (SAM).
    Janitorial Service
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide janitorial services for residential properties leased by the U.S. Embassy in Addis Ababa, Ethiopia. The procurement aims to maintain high cleanliness standards in various areas of these properties while ensuring compliance with safety regulations and the use of environmentally friendly products. The contract will have a base period of one year with the possibility of four optional extensions, and up to four contracts will be awarded to the lowest priced, technically acceptable bidders. Interested parties must attend a pre-quotation conference on March 11, 2025, and submit their quotations electronically by March 25, 2025, along with required documentation, including proof of SAM registration and the SF-1449 form. For further inquiries, bidders can contact the contracting office at addiscontract@state.gov or call 251111306202.
    Exterior Power Washing Services
    Buyer not available
    The Department of Defense, specifically the Marine Corps Training and Education Command (TECOM), is soliciting proposals for exterior power washing services for Daly Hall at Marine Corps Base Quantico, Virginia. The contract, designated under Notice ID M00264-25-Q-0066, is a Total Small Business Set-Aside, emphasizing the government's commitment to enhancing opportunities for small businesses in federal contracting. The selected contractor will be responsible for maintaining the building's professional appearance through environmentally friendly cleaning methods, with work scheduled on weekends to minimize disruption. Proposals are due by March 10, 2025, and interested vendors can direct inquiries to Kellie Holley at kellie.holley@usmc.mil or Paul Silva at paul.r.silva.civ@usmc.mil for further information.
    S201--648-25-3-5104-0021 THE DALLES CBOC JANITORIAL Base Plus Four
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services at the Loren R Kaufman VA Clinic located in The Dalles, Oregon. The procurement aims to secure medical-grade janitorial services under a Firm Fixed Price contract for a Base Plus Four-year term, covering approximately 3,212 square feet of both medical and administrative areas. This initiative is part of the VA's strategic market research to identify potential vendors capable of fulfilling future contract needs, although no proposals are being solicited at this time. Interested parties are encouraged to submit capability statements and their intention to bid by the response deadline of March 13, 2025, and can contact Contract Specialist Craig Brown at craig.brown7@va.gov or (360) 696-4061 EXT 31504 for further information.