Puerto Rico Janitorial & Grounds
ID: 697DCK-24-R-00454Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for janitorial and grounds maintenance services at multiple facilities in Puerto Rico, with a contract period from December 1, 2024, to November 30, 2025, plus four option years. The procurement aims to ensure cleanliness and operational readiness across various FAA sites, including the San Juan CERAP and Isla Grande ATCT, which are critical for aviation operations. Interested contractors must participate in a mandatory site visit scheduled for September 17-19, 2024, with pre-registration required by September 13, 2024, and submit proposals by October 2, 2024. For further inquiries, contractors can contact Melinda Davis, Contracting Officer, at Melinda.Davis@faa.gov.

    Point(s) of Contact
    Melinda Davis, Contracting Officer
    Melinda.Davis@faa.gov
    Files
    Title
    Posted
    The document outlines the proposed services and their corresponding timelines for janitorial and ground maintenance at various facilities in Puerto Rico, specifically the San Juan CERAP (ZSU), Isla Grande ATCT (SIG), and multiple NAVAIDS locations. The proposed performance period spans from December 1, 2024, to November 30, 2030, with distinct sections for the base year and four option years. Each section lists janitorial services, ground maintenance services, and specific sites requiring maintenance, all indicating a proposed amount of $0.00. The structure includes a detailed breakdown of each service and site organized by year, showcasing the intent to maintain cleanliness and operational readiness across multiple locations within Puerto Rico. The document serves as a request for proposals (RFP) for government contractors, emphasizing the federal commitment to maintaining essential service facilities while outlining the scope and duration of required services. By listing multiple option years, it reflects a long-term planning strategy for sustained service provision.
    The document outlines the "Contractor Staffing Access Questionnaire" used by the Federal Aviation Administration (FAA) to assess the employee access needs of potential contractors prior to contract awards. It aims to establish the investigation requirements and badging needs based on the contractors’ staffing details. The questionnaire requests information on the number of employees, their labor categories, and specific access requirements, including routine access to FAA facilities, access to FAA computer systems, and access to Sensitive Unclassified Information (SUI). Respondents are instructed to provide detailed estimates and classifications for their employees and are encouraged to attach additional personnel lists if available. The document also includes a Paperwork Reduction Act Public Burden Statement, stipulating that no penalties will be imposed for non-compliance unless a valid OMB Control Number is displayed, reinforcing the importance of responding to this information collection. This structured process ensures that the FAA can adequately vet contractors and manage security concerns effectively.
    The document is a Customer Satisfaction Survey related to Solicitation # 697DCK-24-R-00454 issued by the Federal Aviation Administration (FAA). It is intended to gather feedback on a contractor's performance as part of the proposal evaluation for a service contract. The survey must be completed and submitted by a customer of the bidding company, rather than the company itself, to ensure objectivity. Key sections of the survey include requests for the awarding company’s name, contract numbers, types of services delivered, and the annual dollar amount of contracts. The survey assesses service timeliness, responsiveness to requests, problem-solving capabilities, and overall satisfaction, with a rating scale from 'Excellent' to 'Unacceptable'. Submission of the completed survey via email to a specified FAA address is required by October 2, 2024. This method ensures that surveys are submitted directly to FAA Acquisitions, preventing any conflict of interest from prospective contractors. Overall, the document underscores the FAA’s commitment to quality service evaluation and transparency in the RFP process.
    The document outlines the Statement of Work (SOW) for Janitorial Services at Federal Aviation Administration (FAA) operational facilities. The contractor is responsible for providing personnel, equipment, and materials to perform specified cleaning tasks across designated sites. Key components include a detailed scope of work, personnel management, quality control measures, and adherence to physical security protocols. Contractor responsibilities include maintaining cleanliness, overseeing employee conduct, and ensuring safety through compliance with relevant training and regulations. The document specifies cleaning frequencies and standards for various areas, including waste management, restrooms, and operational zones, while necessitating timely reporting of hazardous conditions. The contractor must implement a Quality Control Plan approved by the Contracting Officer and maintain communication with the COR regarding performance evaluations. Proper safeguarding of government property, utility conservation, and effective use of cleaning supplies are outlined as essential practices. The SOW emphasizes the importance of coordination to minimize disruptions to FAA operations, ensuring that all cleaning services align with the agency's operational requirements. This document serves as a guideline for contractors bidding on the RFP for janitorial services to meet FAA standards and operational integrity efficiently.
    The San Juan CERAP and supporting facilities primarily focus on the identification and management of operational spaces and maintenance requirements across several shared and single occupancy office environments. The facilities operate under various schedules: 24/7 for the San Juan CERAP at Luis Muñoz Marín International Airport, while others like the SIG ATCT operate from 6 AM to 7 PM and the administrative offices maintain Monday to Friday hours. Key aspects include the layout and square footage of different spaces, such as offices, conference rooms, restrooms, and breakrooms, along with their maintenance frequencies. The document outlines janitorial specifications, including cleaning, surface dusting, and restroom management, categorized by required frequency (D3, D5, D7, etc.). It emphasizes the division of spaces based on occupancy, restroom types, and operational requirements while ensuring compliance with health and cleanliness standards. The main purpose of the document is to provide a structured overview of the facilities' operational and maintenance needs critical for contract bids in federal and local procurements. This aids in ensuring that the facilities meet safety and functional standards relevant to government regulations and operational efficiency.
    The ZSU CERAP and Puerto Rico NAVAIDS Facilities Grounds Maintenance Statement of Work outlines requirements for a contract to provide comprehensive grounds maintenance services. The contractor is responsible for all labor, supervision, equipment, and materials necessary to maintain the facilities. This includes regular tasks such as grass cutting, edging, fertilization, litter collection, tree pruning, and erosion control, performed in compliance with environmental regulations, specifically utilizing eco-friendly products and practices. Work may occur outside regular hours with prior approval, and contractors must manage their teams effectively to ensure timely completion of services. Safety and proper handling of pesticides are emphasized, with a focus on bio-based alternatives. The document states that contractors must furnish all necessary materials, as no government provisions will be supplied. Finally, it mandates continuous waste diversion from landfills, aiming for a minimum of 50% reduction in non-hazardous waste generated. This SOW is presented as part of a federal grant, emphasizing sustainable practices within a framework that adheres to executive orders on environmental responsibility, indicating a shift toward integration of ecological considerations into federal contracting processes.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits mandated for various job classifications in Puerto Rico. Effective from January 30, 2022, contractors are required to pay a minimum of $17.20 per hour, or higher if specified, for services rendered under contracts. The determination outlines specific hourly wages for a wide range of occupations, including administrative support, food service, automotive service, healthcare, and technical positions, with corresponding fringe benefits such as health and welfare, vacation entitlement, and holidays. Special conditions apply to certain employees including exemptions for highly compensated computer professionals and additional pay for night shifts or hazardous work. The document also details the conformance process for unlisted employee classifications. This wage determination is crucial for ensuring compliance in federal contracts and promotes fair compensation standards within contracts funded by federal grants or local/state RFPs.
    The Federal Aviation Administration (FAA) is soliciting proposals for janitorial and grounds maintenance services at multiple FAA facilities in Puerto Rico, primarily focused on enhancing cleanliness and upkeep. The contract covers a base year plus four option years, beginning December 1, 2024. Interested contractors must provide comprehensive pricing as per the details outlined in the attached pricing sheet. A mandatory site visit is scheduled for September 17-19, 2024, requiring pre-registration by September 13, 2024. Contractors must ensure compliance with the Service Contract Labor Standards and follow established wage determinations. Additionally, the FAA emphasizes the importance of providing quality service during national emergencies or incidents of national significance. Proposal submissions must adhere to the specified guidelines, including electronic invoicing requirements through the FAA's Delphi system. The document outlines detailed clauses regarding contract administration, performance expectations, and various legal obligations. Ultimately, the FAA aims to secure reliable and efficient janitorial and grounds maintenance services to maintain a conducive working environment across its facilities in Puerto Rico.
    The file is a wage determination notice issued by the U.S. Department of Labor under the Service Contract Act, specifically for Puerto Rico and the regions of Hormigueros and Mayaguez. Effective from July 22, 2024, it requires contractors to pay covered workers at least $17.20 per hour or the applicable wage rates for various job classifications, as outlined in the document. It includes detailed wage rates for numerous occupations ranging from administrative support to technical roles, specifying rates and fringe benefits such as health and welfare totaling $5.36 per hour. The document mandates compliance with Executive Order 14026, which establishes minimum wage and worker protections. Contractors are specified to follow a conformance process for any unlisted job classifications, ensuring fair compensation relative to those on the list. This wage determination is critical for federal and state contracting processes, reinforcing the government's commitment to fair labor practices and ensuring that workers receive fair compensation consistent with statutory requirements.
    The U.S. Department of Labor has issued Wage Determination No. 2015-5703, outlining wage rates and fringe benefits for occupations covered under the Service Contract Act (SCA) in Puerto Rico. Effective for contracts entered on or after January 30, 2022, the minimum wage for all covered workers in 2024 is set at $17.20 per hour or the prevailing rate specified in the determination, ensuring compliance with Executive Order 14026. The document lists various occupations along with their respective wage rates, which differ based on skill level and type of work, spanning administrative, automotive, healthcare, and technical professions. Additionally, it provides fringe benefits, such as health and welfare, vacation, and paid holidays, emphasizing employee entitlements under federal contracts. Furthermore, the document includes guidelines for classifying unlisted job roles through a conformance process, designed to ensure fair compensation aligns with established classifications. Contractors must follow stipulated compliance measures to avoid violations of the SCA, thereby safeguarding workers' rights. This information is crucial for contractors participating in federal grants and agreements, as it defines labor costs and obligations, ultimately contributing to fair labor practices in public contract work.
    The document appears to consist of multiple sections related to government RFPs (Requests for Proposals), federal grants, and local RFPs aimed at soliciting bids for various projects and initiatives. The main focus is to outline funding opportunities for government projects, detailing application processes, eligibility requirements, and project specifications. Key ideas include the identification of funding sources, guidelines on how to prepare proposals, and compliance with federal and state regulations. Emphasis is placed on the need for thorough documentation and adherence to established protocols to secure funding for projects related to infrastructure, environmental concerns, or community improvement. Supporting details note various agencies involved, deadlines for application submissions, types of eligible projects, and requirements for prequalification. The document likely serves as a resource for organizations seeking governmental financial assistance while ensuring that proposals align with government objectives. Overall, this document consolidates critical information relevant to stakeholders interested in pursuing government grants and contracts, ultimately encouraging participation in public sector improvements and developments.
    The document outlines monthly ground maintenance requirements for various FAA facilities in Puerto Rico, emphasizing weed control and grass mowing to maintain safety and aesthetics. Each site includes specific tasks such as the application of industrial weed control, mowing specified square footage, and debris removal. Key maintenance areas include VORs (VHF Omnidirectional Range), NDBs (Non-Directional Beacons), and ASRs (Airport Surveillance Radars), with precise instructions for managing vegetation around equipment buildings, antennas, and access roads. Each task is assigned a Point of Contact (POC) to oversee these activities, indicating that consistent maintenance is crucial for operational efficiency. In total, the document specifies ground maintenance for 14 FAA locations, highlighting the structured approach of the government in upkeeping necessary facilities crucial for aviation operations. This RFP is part of a broader initiative to ensure safe and effective management of federal facilities, showcasing the importance of regular maintenance in federal operational protocols.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Janitorial-Elko, NV
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Elko System Support Center (EKO SSC) located in Elko, Nevada. The procurement is a firm-fixed price contract with a base period of performance from January 1, 2025, to December 31, 2025, and includes four optional one-year extensions. This contract is crucial for maintaining cleanliness and operational efficiency within FAA facilities, ensuring compliance with federal standards for service contracts. Interested contractors must register for a site visit by September 26, 2024, and submit their proposals by October 24, 2024. For further inquiries, potential bidders can contact Melinda Davis at Melinda.Davis@faa.gov or Darnell Shelton at darnell.a-ctr.shelton@faa.gov.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    Groundskeeping at Albuquerque ARTCC
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide groundskeeping services at the Albuquerque Air Route Traffic Control Center (ARTCC) in New Mexico. The contract requires comprehensive maintenance of approximately 10 acres within a 16-acre site, including tasks such as grass cutting, weed removal, tree pruning, and irrigation system upkeep, all while adhering to federal environmental guidelines. This solicitation is part of an 8(a) set-aside program, emphasizing the importance of sustainable practices and compliance with local regulations. Interested contractors must submit their capabilities statement and contact information to Carey Gonzalez at carey.gonzalez@faa.gov by the specified deadline, with an optional site visit available for further insights into the project requirements.
    FY24 ONE-TIME PR for QPN ATCBI Tree Trimming Service
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking a qualified vendor to provide tree trimming services at its Radar Station located within Haleakala National Park in Maui, Hawaii. The primary objective of this procurement is to clear specific trees that pose a risk to radar accuracy, with the contractor responsible for cutting down approximately ten designated trees, managing a damaged tree obstructing road access, and chipping already downed trees. This project is crucial for maintaining the operational integrity of the FAA's radar systems and ensuring safety in the surrounding environment. Interested contractors must submit their bids by September 23, 2024, at 5 PM Hawaii Time, and can direct inquiries to Marshavia Clark at marshavia.clark@faa.gov.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.