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 contractor will be responsible for management, supervision, transportation, labor, materials, supplies, and equipment to ensure the cleanliness and maintenance of facilities, including key locations such as the H. C. Moultrie Courthouse, with a total cleanable area of up to 975,275 square feet over the contract duration. This procurement is vital for maintaining safe and clean public spaces, reflecting the government's commitment to quality service delivery in municipal operations. Interested bidders must submit their proposals by May 20, 2025, at 2:00 PM, and can direct inquiries to Kenneth Evans at Kenneth.Evans@dccsystem.gov or by phone at 202-879-8776.

    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 Collective Bargaining Agreement between the Service Employees International Union, Local 32BJ, and M&N Contractors LLC establishes employment terms for janitorial and maintenance staff at the DC Court House from March 1, 2024, to February 28, 2028. Key provisions include recognition of the Union as the exclusive bargaining representative, defined wage scales (with increases outlined in an appendix), and guidelines for hours of work, including overtime pay and work schedules. Employees are entitled to a health plan, paid holidays, and vacation based on tenure, with protections against discrimination and provisions for disciplinary processes. Sick leave accrual and usage are outlined, ensuring employees have access to leave for medical reasons. The agreement requires the Employer to maintain a safe workplace and prohibits subcontracting of core work during the contract's duration. Both parties agree to a no-strike, no-lockout policy, and establish a grievance procedure for resolving disputes. This Agreement underscores the commitment to employee welfare while adhering to labor laws, ultimately facilitating smooth relations between management and the workforce.
    The document outlines detailed construction specifications and guidelines for a series of interior improvements to the B.A.R.J Drop-In Center located in Washington, D.C. It lists specific tasks, descriptions, and materials needed for various areas, including equipment installation, wall constructions, and ceiling structures, with references to various architectural and engineering drawings. Key instructions include the installation of moisture-resistant ceilings, wall blocking requirements for mounted items, electrical configurations, and the provision of audiovisual components. The document emphasizes the necessity for compliance with existing structural and safety regulations while suggesting verification of dimensions and careful handling of existing finishes during renovations. Overall, it serves as a comprehensive directive for contractors engaged in the project, ensuring all improvements align with established government standards. This RFP is crucial in supporting federal and local initiatives to upgrade facilities, reflecting a commitment to enhancing social services within the community.
    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.
    The District of Columbia Courts' Administrative Services Division has issued Amendment No. 01 regarding Solicitation No. DCSC-25-RFP-046 for Janitorial Services. This amendment, dated March 31, 2025, signals a new proposal submission deadline of April 21, 2025, at 2:00 PM EST. It specifies that responses to questions will be posted by April 4, 2025, and that all other terms and conditions remain unchanged. Prospective bidders must acknowledge receipt of this amendment by signing and attaching a copy to their proposals; failure to do so may result in proposal rejection. The amendment serves to inform and guide potential contractors in the submission process for janitorial services, emphasizing compliance with established guidelines. For further information, bidders are directed to frequently check the DC Courts website for updates and additional amendments. This document is integral to ensuring a transparent and structured bidding process within government procurement.
    The District of Columbia Courts issued Amendment No. 03 for Solicitation No. DCSC-25-RFP-046 regarding janitorial services, amending key details and submission dates. The proposal submission deadline has been extended to May 20, 2025, at 2:00 PM. Significant content includes details about a Collective Bargaining Agreement (CBA) in effect for janitorial staff under the current vendor, N&M Contractors, LLC, and related wage determinations. Additionally, updated building floor plans and a revised pricing sheet are provided. A series of inquiries from prospective bidders is addressed, clarifying operational requirements, staffing, compliance with existing CBAs, and specific cleaning responsibilities. Relevant information includes average building traffic data and clarification of the scope regarding surface cleaning, restroom supplies, and overall service expectations. The amendment ensures all bidders are informed about necessary compliance and operational terms while emphasizing the importance of adhering to existing agreements to mitigate public relations risks related to employee protests. Overall, this amendment serves to guide prospective bidders while ensuring compliance with existing labor agreements and outlining essential operational parameters for the cleaning contract.
    The District of Columbia Courts issued Amendment No. 01 regarding Solicitation No. DCSC-25-RFP-046 for janitorial services, announcing changes impacting prospective bidders. The proposal submission deadline is set for April 7, 2025, at 2:00 PM EST. A rescheduled site visit will take place on March 17, 2025, at 10:00 AM at the specified location in Washington, DC. Bidders must acknowledge this amendment in their proposals, as failure to do so may lead to rejection. The document retains all other terms and conditions from the original solicitation. Interested parties are directed to check the DC Courts' website for ongoing updates and amendments. Contact details for responsible officers are provided for further inquiries.
    The document is a Wage Determination Order from the U.S. Department of Labor outlining the minimum wage rates and fringe benefits required under the Service Contract Act (SCA) for federal contracts. It specifies wage rates based on contract dates, with updates reflective of Executive Orders 14026 and 13658. Contracts initiated on or after January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $13.30 unless higher rates apply. The document lists various occupations along with corresponding wage rates and benefits, including annual adjustments for the minimum wage and general health and welfare benefits. It also details requirements for paid sick leave under Executive Order 13706 and provides a guide for classifying unlisted job roles. This wage determination serves as a critical resource for ensuring compliance in federal contracting, aiming to protect worker rights and establish fair compensation practices.
    The DCSC-25-RFP-046 document outlines the Request for Proposal (RFP) for janitorial services for various DC Courts facilities. It details the price schedule for the base year and four option years, providing estimated cleanable square footage for each facility, including key locations like the H. C. Moultrie Courthouse and several BARJ sites, summing up to a total cleanable area of up to 975,275 square feet in later years. The document emphasizes the important requirements for each facility, aiming to secure comprehensive cleaning services that align with city standards. Each section provides structured pricing for maintenance across the contract's duration, reflecting the government’s commitment to maintaining clean and safe public spaces. This RFP is part of broader efforts to ensure quality service delivery in municipal operations, highlighting the significance of government contracts in facilitating essential public services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Facilities Maintenance and Management Services
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    U.S. Embassy in South Africa has a requirement for Janitorial services.
    State, Department Of
    The U.S. Embassy in South Africa is seeking qualified contractors to provide janitorial services for its facilities in Pretoria, including the Chancery, Annex, Warehouse, and Community Centre. The contract will be a firm fixed-price type, covering a base year with four optional one-year extensions, and will require the contractor to manage all personnel, cleaning materials, and equipment necessary for daily, weekly, monthly, and quarterly cleaning tasks, as well as event-related services. Compliance with U.S. Government standards, South African laws, and specific Embassy safety and security regulations is mandatory, including background checks for personnel and submission of a site-specific safety plan. Interested contractors should contact Johann Baasden at baasdenjw@state.gov or William S. Bostwick at bostwickws@state.gov for further details, and must be registered in the SAM database prior to submitting their offers.
    JANITORIAL SERVICES
    State, Department Of
    The U.S. Department of State is soliciting quotations for janitorial services for the U.S. Tri-Mission in Rome, as well as the Consulates in Milan and Florence, and the Consular agency in Genoa, Italy. The contract will encompass comprehensive cleaning services for various government-owned and leased properties, requiring the contractor to provide all necessary labor, materials, equipment, and supervision, with an emphasis on safety and English-speaking personnel. This procurement is crucial for maintaining the cleanliness and hygiene of U.S. diplomatic facilities, ensuring compliance with both U.S. and local health standards. Interested vendors must submit their electronic quotations by January 12, 2026, and can contact Crystal D. Sheridan at SheridanCD@state.gov or Tiziana Carfora at CarforaT@state.gov for further information.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.