Jacksonville District Consolidated Grounds Maintenance Services Various Locations
ID: 697DCK-25-R-00014Type: Solicitation
Overview

Buyer

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

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for consolidated grounds maintenance services at various FAA facilities within the Jacksonville District in Florida. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses a firm-fixed price contract with a performance period of five years, including a base year and four option years. The services required include comprehensive grounds upkeep, shrub pruning, tree care, and weed control, with an emphasis on using bio-based products and adhering to safety regulations. Interested contractors must submit proposals by February 20, 2025, and are encouraged to attend site visits scheduled from February 4 to February 13, 2025, with prior registration required. For further inquiries, potential bidders can contact Patricia Mogck at patricia.mogck@faa.gov or Matina Jackson at Matina.L.Jackson@faa.gov.

    Point(s) of Contact
    Patricia Mogck, Contract Officer
    patricia.mogck@faa.gov
    Matina Jackson, Contract Specialist
    Matina.L.Jackson@faa.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation related to a ground maintenance services contract for various FAA facilities in Florida. It specifies that the contractor must provide comprehensive personnel, equipment, and supervision to meet the contract requirements. Key points include strict wage determinations based on local labor regulations, prohibitions on photography at contract sites without approval, and the necessity for potential bidders to submit price proposals for each contract line item. The solicitation emphasizes the importance of submitting all questions regarding the project via email and outlines the schedule for optional site visits to several FAA locations. Furthermore, the contractor is mandated to adhere to specific insurance requirements, maintain compliance with federal regulations, and follow guidelines for the continuity of operations during national emergencies. Overall, the document serves as a crucial guide for prospective contractors, detailing the contractual obligations and operational standards necessary to participate in this federal bidding process.
    The document presents the Statement of Work (SOW) for grounds maintenance services at various Federal Aviation Administration (FAA) locations in Jacksonville District, indicating service requirements for the upkeep of grounds, shrub pruning, tree care, and weed control. Contractors are mandated to use bio-based products and adhere to safety regulations, including that all workers must possess FAA badges. Maintenance services frequency varies by season, requiring monthly service in winter months and weekly in summer. The SOW identifies specific locations, their acreage, and distinct maintenance needs such as bush hog cutting at selected sites and comprehensive grounds upkeep at others. Key operation guidelines include mowing standards, edging, fertilization, disease treatment, and proper disposal of debris. Additional services noted are seasonal flower planting and soil aeration. The purpose of the document is to ensure consistent and quality grounds maintenance in accordance with federal regulations and FAA standards, highlighting the government’s commitment to maintaining a safe and attractive environment at FAA facilities.
    This document outlines the Request for Proposal (RFP) concerning maintenance services across various locations, including air traffic control towers (ATCT) and regional control centers (RCAG) for the Federal Aviation Administration (FAA). It specifies a base year and several option years for service performance, with price entries required for various locations, indicating the quantity of services needed, including standard maintenance and specialized Bush Hog cutting services. Detailed pricing structures are provided for the base year (2025-2026) and subsequent years up to 2030, highlighting the expected costs per maintenance service and the number of annual cuts required. Additionally, there are references to additional groundskeeping services required as per the Statement of Work (SOW). The document emphasizes compliance with proposed service delivery timelines and the need for accurate cost estimations to ensure budgetary adherence and project planning. Overall, the purpose of the document is to facilitate competitive bidding for these essential maintenance services, underlining the FAA’s commitment to effective facility management and operational readiness.
    The Customer Satisfaction Survey for Solicitation # 697DCK-25-R-00014, issued by the Federal Aviation Administration (FAA), requests feedback from customers regarding the performance of contractors submitting proposals. The survey must be submitted via email to designated FAA officials and can only be returned by the customer, not the bidding company. It consists of several questions aimed at assessing the timeliness of services, responsiveness to customer needs, problem-solving capabilities, and overall satisfaction with the contractor's performance. Each aspect is rated on a scale from 1 (Unacceptable) to 5 (Excellent), accompanied by space for additional comments. The completion and timely submission of these evaluations are critical as they influence the FAA’s decision-making process in awarding contracts, reflecting the significance of customer feedback in government procurement practices. The structured approach underscores transparency and accountability within federal operations.
    The document outlines a Contractor Staffing Access Questionnaire designed for potential federal contractors seeking work with the Federal Aviation Administration (FAA). Its primary purpose is to gather essential information about contractor employees’ access needs to determine investigation requirements and badging necessities in the context of potential contract awards. The questionnaire requests an estimate of both full and part-time employees involved in the contract and requires detailed information segmented by labor categories. Each labor category section prompts contractors to provide specifics, including position titles, estimated employee numbers, and access requirements (routine facility access, FAA computer systems access, and access to Sensitive Unclassified Information). This systematic approach seeks to ensure that any awarded contracts comply with federal oversight and security protocols, ultimately safeguarding sensitive FAA data and facilities. The document indicates a structured process for understanding and facilitating contractor access based on the scope of work anticipated under federal RFPs and grants. Overall, the questionnaire serves as a method for the FAA to assess and manage contractor engagement effectively.
    The document details Wage Determination No. 2015-4533, issued by the U.S. Department of Labor under the Service Contract Act, which mandates minimum wage and fringe benefits for federal service contracts. It outlines wage rates applicable to various occupational classifications in Florida's Flagler and Volusia counties, specifying minimum hourly wages based on contract initiation dates relative to recent executive orders (14026 and 13658). For contracts beginning on or after January 30, 2022, the hourly wage is set at least at $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour if not renewed post-January 2022. Additionally, employees are entitled to specified fringe benefits, including health and welfare contributions, paid leave, and holiday pay, with provisions for paid sick leave as per Executive Order 13706. The document emphasizes that compliance with these wage determinations is crucial for contractors and highlights the process for including unlisted classifications through the conformance process. This information is essential for securing grants and contracts in compliance with federal and state laws.
    The document is a federal wage determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for various occupations in Florida, specifically Alachua and Gilchrist counties. Workers on contracts effective on or after January 30, 2022, must earn at least $17.75 per hour, while those under contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. Additionally, employers are mandated to provide fringe benefits, including health, welfare, vacation, and holidays. The document lists specific occupation codes, job titles, and corresponding wage rates, emphasizing compliance with Executive Orders regarding minimum wage and sick leave provisions. It also includes information on fringe benefits and guidelines for unlisted job classifications through a conformance process. The purpose of this determination is to ensure fair compensation and benefits for service employees involved in federal contracts, reflecting the government's commitment to worker protections and standards in contracting processes.
    The document outlines the Wage Determination under the Service Contract Act by the U.S. Department of Labor, which details minimum wage and fringe benefits for workers on federal contracts in Florida counties, including Baker, Clay, Duval, Nassau, and Saint Johns. The current wage determination (No. 2015-4539, Revision No. 26, dated 12/23/2024) mandates compliance with Executive Orders 14026 and 13658, setting minimum wage rates of at least $17.75 and $13.30 per hour respectively for specified contract conditions. The document lists various job classifications with corresponding wage rates and notes distinctions for positions that may be exempt under specific criteria. Additionally, it specifies mandated fringe benefits, including health and welfare compensation, vacation entitlements, and paid holidays. This information is critical for contractors responding to RFPs and grants to ensure compliance with federal standards on wage and worker protections, ultimately aiming to uphold fair labor practices within government-funded contracts.
    The document pertains to Wage Determination Number 2015-4553 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for contractors in Florida, specifically Orange, Osceola, and Seminole counties. It outlines wage rates effective from 2025 based on two applicable Executive Orders: EO 14026 stipulating a minimum wage of $17.75 per hour for contracts effective after January 30, 2022, and EO 13658, which mandates a $13.30 per hour minimum for contracts awarded between January 1, 2015, and January 29, 2022. The document provides a detailed list of job classifications, their corresponding wage rates, and additional benefits such as health and welfare contributions, paid vacation, and sick leave according to executive orders. It emphasizes compliance with classification and conformance procedures for unlisted job roles. This wage determination is crucial for federal contracting under RFPs and grants, ensuring fair compensation and adherence to labor standards in government contracting.
    The document outlines Wage Determination No. 2015-4561, which falls under the Service Contract Act, detailing the minimum wage rates and fringe benefits required for federal contracts in Florida, specifically for Escambia and Santa Rosa counties. The determination states that contracts initiated after January 30, 2022, must pay a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, should adhere to a minimum of $13.30 per hour if not renewed afterward. It enumerates various occupations, their corresponding codes, and wage rates for workers; additional benefits include health and welfare compensation of $5.36 per hour as well as two weeks' vacation for employees after one year of service. The document describes the conformance process for occupations not listed, the applicability of various Executive Orders relevant to wages, and outlines paid sick leave requirements for federal contractors. Overall, the wage determination serves to ensure workers are compensated fairly under federal contracts, highlighting key provisions for wage rates, benefits, and compliance with established labor standards.
    The document is the Wage Determination No. 2015-4569 issued by the U.S. Department of Labor, outlining wage rates and fringe benefits under the Service Contract Act for contracts in Florida's Gadsden, Jefferson, Leon, and Wakulla counties. It specifies minimum wage requirements depending on the contract's date, directed by Executive Orders 14026 and 13658, mandating hourly wages of at least $17.75 or $13.30, respectively. The determination includes a detailed table of occupational titles, wage rates, and corresponding fringe benefits, such as health and welfare, vacation, and holidays. Additionally, it defines requirements for additional classifications and wage rates through the conformance process for unlisted job titles. The document emphasizes compliance with worker protections while recognizing provisions for specific job classifications, including exceptions for certain high-skill roles such as computer professionals and air traffic controllers. Overall, this wage determination aims to ensure fair compensation for employees working on federal contracts, reflecting the government’s commitment to labor standards and worker rights.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefit requirements for contractors in specific Florida counties. It outlines wage rates applicable to various occupations, differentiating based on contract dates and relevant Executive Orders. Contracts initiated post-January 30, 2022, mandate a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The determination includes a comprehensive list of occupations with corresponding wage rates, emphasizing additional worker protections mandated under Executive Orders such as paid sick leave and health benefits. Fringe benefits prescribed include health and welfare payments, vacation time, and holiday entitlements. The document also provides guidelines for contractors regarding employee classification under the Service Contract Act, ensuring compliance with labor standards. This wage determination is critical in aligning federal contracts with labor rights, supporting fair compensation for service workers.
    The document presents the Wage Determination No. 2015-4579, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines the minimum wage rates for various occupations within specified Florida counties, with key focus on wages applicable post-January 30, 2022, following Executive Orders 14026 and 13658. For contracts initiated or renewed after this date, workers must receive at least $17.75 per hour, or the higher applicable rate. The document lists detailed wage rates for numerous job classifications, including administrative, automotive, health, and technical occupations, along with fringe benefits such as health and welfare allowances. Additionally, it emphasizes compliance with specific regulations like paid sick leave and provides a procedure for classifying any unlisted occupations via a request for conformance. This determination ensures contractors adhere to federally mandated wage standards, enhancing worker protections in federally funded projects. The comprehensive details aim to facilitate compliance and ensure fair compensation for workers involved in government contracts, reflecting the government’s commitment to equitable labor practices within the specified region.
    Similar Opportunities
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Grounds Maintenance Services for fiscal year 2025. The contractor will be responsible for maintaining improved, semi-improved, and unimproved grounds, ensuring a clean and professional appearance while promoting healthy vegetation through services such as mowing, trimming, irrigation management, and pest control. This contract is crucial for maintaining the operational readiness and aesthetic standards of the base, with a performance objective of achieving a 95% maintenance standard for improved areas. Interested vendors must submit proposals by the anticipated solicitation date of January 31, 2025, with the award expected on April 1, 2025. For further inquiries, contact SSgt Merrick Ferguson at 325-654-5310 or SSgt James Molden at 325-654-5173.
    Janitorial Services located in Jacksonville, FL
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide janitorial services at their facility located in Jacksonville, Florida. This procurement involves a firm fixed-price contract with a base performance period from March 1, 2025, to February 28, 2026, and includes four optional 12-month extensions, emphasizing the use of environmentally friendly cleaning products and practices. The contract is designated as a Total Small Business Set-Aside under NAICS code 561720, with a size standard of $22 million, and aims to support small businesses, including those owned by service-disabled veterans and women. Interested parties must submit their proposals by February 25, 2025, at 10:00 AM MT, and can direct inquiries to Jeanine Goral at Jeanine.J.Goral@usda.gov or by phone at 612-396-3895.
    JBLE Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grounds maintenance services at Joint Base Langley-Eustis (JBLE). The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel and visitors. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties should reach out to Matthew Gregg at matthew.gregg.3@us.af.mil or call 757-764-9059 for further details.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    Janitorial PIH ATCT/SSC Office Space Pocatello, ID
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Pocatello Air Traffic Control Tower (ATCT) and administrative offices in Pocatello, Idaho. The procurement aims to maintain cleanliness and hygiene across the facilities, requiring contractors to provide personnel, equipment, and materials while adhering to safety and quality control standards. This contract is crucial for ensuring operational efficiency and compliance with federal regulations, with a base performance period from May 1, 2025, to April 30, 2026, and four additional option years available. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Kristen Ctr Moran at kristen.ctr.moran@faa.gov or Melinda Davis at Melinda.Davis@faa.gov.
    Albeni Falls Dam Grounds Maintenance
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for grounds maintenance services at the Albeni Falls Dam in Oldtown, Idaho. The contract, designated as a firm fixed-price agreement, requires the contractor to provide comprehensive landscaping services, including mowing, trimming, and debris removal, to enhance public recreational areas over a five-year period starting in March 2025. This procurement is particularly significant as it is set aside for certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), reflecting the government's commitment to supporting small businesses while ensuring the maintenance of vital public lands. Interested contractors must submit their proposals, including past performance questionnaires, by the specified deadlines, and can direct inquiries to Londres Medranda or Camilla Allen via their provided email addresses.
    NEW 5 YEAR PEST CONTROL SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a five-year contract to provide pest control services at various facilities in Jacksonville, Florida. The procurement aims to ensure effective pest management, including insect and rodent control, across multiple government properties, with a focus on maintaining operational efficiency and compliance with safety regulations. This contract is set aside for small businesses and emphasizes the importance of quality assurance and performance standards, as outlined in the associated Quality Assurance Surveillance Plan. Interested vendors must submit their proposals by 12:00 PM on February 21, 2025, and can direct inquiries to Glenn Jenkinson at glenn.i.jenkinson@usace.army.mil or Gerald L. Garvey at Gerald.L.Garvey@usace.army.mil.