Janitorial Service Philadelphia Air Traffic Control Tower
ID: 697DCK-25-R-00079Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Philadelphia Air Traffic Control Tower and associated facilities. The contract, which spans from May 1, 2025, to April 30, 2030, includes comprehensive cleaning requirements for various operational areas, ensuring compliance with safety and quality standards. This procurement is crucial for maintaining a clean and hygienic environment in a facility that operates 24/7, reflecting the government's commitment to operational efficiency and safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, adhering to all specified requirements, with inquiries directed to Jennifer Walker-Gomez at Jennifer.Walker-Gomez@faa.gov or Josh Haker at Josh.Haker@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The file appears to include a collection of data related to various federal, state, and local Requests for Proposals (RFPs) and grants. It likely outlines guidelines, funding opportunities, and project criteria needed for organizations seeking to engage in government contracting or apply for grants. The content may cover a range of topics including eligible project types, application processes, compliance requirements, and financial management related to federal initiatives. Though the document is encoded and presents numerous symbols and data inconsistencies, it may convey structured information necessary for potential applicants to understand the framework of government funding and proposal processes effectively. The purpose of such documents is to ensure clarity and transparency, helping applicants comprehend the requirements needed to secure funding or contracts, thereby aiding economic development and compliance with federal and state regulations. Overall, this file serves as a crucial resource for organizations and entities looking to navigate the complexities of government funding mechanisms and opportunities for collaboration with government entities.
    The Customer Satisfaction Survey (CSS) for Solicitation Number 697DCK-25-R-00079 is designed to evaluate contractor performance for the Federal Aviation Administration (FAA) and gather feedback on their services. It requires the completion of specific fields including the proposing company’s name, past performance contract information, and the annual cost of the contract. Respondents must rate various aspects of the contractor's services, including timeliness, responsiveness, problem-solving abilities, and overall satisfaction on a scale from 1 to 5, along with providing comments. The document also emphasizes that surveys must be submitted directly to the FAA Contract Specialist and prohibits submissions from the bidding company itself. This survey aims to inform the FAA’s acquisition decisions by collecting objective feedback on contractors, ensuring that only qualified bidders are considered for federal contracts. Overall, this CSS reflects the FAA's commitment to assessing contractor performance and maintaining high service standards in federal procurements.
    The Statement of Work outlines the requirements for janitorial services at Federal Aviation Administration (FAA) operational facilities. It mandates the contractor to provide necessary personnel, equipment, and materials to maintain cleanliness and hygiene, ensuring compliance with safety and quality control standards. Key responsibilities include employee training on appropriate cleaning procedures, implementing a robust Quality Control Plan, and ensuring proper waste disposal. Personnel must wear identification and adhere to physical security protocols, while regular inspections will ensure service quality. The contractor is also accountable for maintaining a clean and organized work environment, reporting hazards promptly. The document specifies detailed cleaning tasks for various areas, including restrooms, operational zones, and breakrooms, focusing on high standards for safety and hygiene, especially in sensitive areas. This comprehensive structure aims to ensure a safe, efficient, and hygienic work environment at FAA facilities while addressing operational needs and regulatory compliance. Overall, the document reflects the government's emphasis on cleanliness and safety in federal operations, a common theme in RFPs for public service contracts.
    The Philadelphia ATCT, TRACON, and Administrative Offices, located at 15 Hog Island Rd, Philadelphia, PA, is a facility operating 24/7 that requires regular cleaning and maintenance. The cleaning scope outlines various operational areas, including shared office spaces, single occupancy offices, conference rooms, and breakrooms, with detailed square footage and frequency requirements for cleaning tasks, such as daily, three times per week, or weekly. It also specifies restroom types and their respective occurrences to accurately schedule cleaning efforts. The document delineates a mandatory frequency chart for cleaning based on facility occupancy and operational hours, with customized options for administrative offices. Special instructions permit Technical Operations managers to adjust cleaning frequencies for specific mechanical rooms based on the presence of NAS equipment. The overall goal is to ensure cleanliness and maintenance in line with operational needs and safety standards, reflecting a structured approach to facility management under federal guidelines. This careful planning is crucial for maintaining a functional and compliant work environment within the context of government RFPs and facility management.
    The Federal Aviation Administration (FAA) has issued a Request for Proposal (RFP) for janitorial services at the Philadelphia TRACON and Modular Office facilities. The contract spans from May 1, 2025, to April 30, 2030, with multiple option years available. Contractors must ensure compliance with Service Contract Act wage determinations and provide all necessary labor, materials, and equipment for service delivery. The solicitation mandates that offers include pricing for each contract line item, and only certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are eligible to submit bids. The FAA emphasizes the importance of a complete proposal submission, highlighting that failure to comply with the requirements may lead to rejection. Contractors must adhere to all facility access regulations, security protocols, and maintain documentation for inspections during the contract period. Communication regarding solicitation inquiries is limited to written requests sent to designated FAA personnel. A pre-proposal site visit is scheduled to help bidders gather necessary information to formulate their proposals. Overall, the FAA aims to procure reputable service providers while ensuring compliance with governmental regulations and standards.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage rates based on executive orders for contractors in Pennsylvania. For contracts effective on or after January 30, 2022, the minimum wage is at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. It also includes detailed fringe benefits, holiday requirements, and the process for classifying additional employee classifications under the wage determination.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Waste Collection Services at Miami and Tamiami Air Traffic Control Towers in Miami, FL
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide waste collection services at the Miami and Tamiami Air Traffic Control Towers in Miami, Florida. The procurement involves the provision of all necessary labor, materials, and equipment for effective waste management, including the use of designated collection containers and adherence to local regulations. This service is crucial for maintaining operational efficiency and compliance with federal standards at these aviation facilities. Interested contractors must submit their proposals by March 27, 2025, at 5:00 PM ET, and can direct inquiries to Anna F. Glover at Anna.F.Glover@faa.gov.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project aims to enhance operational safety and efficiency within the air traffic control environment, ensuring compliance with federal safety standards and minimal disruption to ongoing activities. The total project budget is estimated between $50,000 and $100,000, with a site visit scheduled for February 7, 2025, and proposals due by March 14, 2025. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details and to ensure compliance with submission requirements.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems and HVAC units, while ensuring minimal disruption to FAA operations and adherence to strict safety and environmental standards. The contract, estimated to be valued between $1 million and $5 million, is set aside for small businesses under the SBA guidelines, with proposals due by March 7, 2025, following a mandatory site visit on February 5, 2025. Interested contractors should contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196 for further details.
    Elevator Maintenance, ATL ATCT, Atlanta, GA
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for elevator maintenance services at the Atlanta Air Traffic Control Tower (ATL ATCT) in Georgia. The contract requires the selected contractor to provide comprehensive maintenance for four elevators, ensuring a minimum operational availability of 97% and limiting unscheduled outages to four per year, in compliance with ASME A17.1 standards. This maintenance is critical for the operational efficiency and safety of the FAA's infrastructure, supporting air traffic control functions. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with the contract period set from April 1, 2025, to March 31, 2030. For further inquiries, potential bidders can contact Veronica L. Ransom at Veronica.L.Ransom@faa.gov or Jennifer J. Davis at Jennifer.J.Davis@faa.gov.
    DFAS-CO Exterior Window Cleaning Services
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking proposals for exterior window cleaning services at its facility in Columbus, Ohio, under solicitation number HQ042325QE031. The contract, valued at approximately $22 million, requires semi-annual cleaning of all exterior windows of a seven-story building, with a performance period from April 1, 2025, to March 31, 2030, and options for extensions. This procurement emphasizes compliance with federal labor standards, including wage determinations, and aims to engage small businesses, particularly those owned by women, in fulfilling government service needs. Interested vendors must submit their proposals by March 13, 2025, after attending a mandatory site visit on March 6, 2025; for further inquiries, they can contact Patricia Pennington at patricia.pennington2.civ@mail.mil or Brent Lehrke at brent.l.lehrke.civ@mail.mil.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the women's restroom and men's shower area at the ZSU Combined EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    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.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of the cab window washdown system at the Wilmington, NC Air Traffic Control Tower (ATCT). This project involves the removal of outdated components and the installation of a new washdown system, including a chemical surfactant tank and updated piping, with work scheduled to be completed by April 2024. The initiative is part of the airport's commitment to infrastructure improvement, ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, and must adhere to the specified requirements, including performance and payment bonds, as outlined in the solicitation documents.
    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.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.