DFW District Janitorial Services
ID: 697DCK-24-R-00568Type: 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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services across multiple locations within the Dallas-Fort Worth District. The contract, which is set aside for 8(a) certified businesses, requires comprehensive cleaning services at various FAA operational facilities, including air traffic control towers and regional terminals, with a performance period from January 1, 2025, to December 31, 2029. This procurement is critical for maintaining cleanliness and operational readiness in aviation infrastructure, ensuring compliance with health and safety standards. Interested offerors should contact Marshavia Clark at marshavia.clark@faa.gov for further details, and must adhere to the submission guidelines outlined in the Request for Proposal (RFP) documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) for janitorial services at the DFW District facilities under the Federal Aviation Administration (FAA). The contract spans from January 1, 2025, to December 31, 2029, including a base year and up to four option years for renewal. Offerors must comply with various conditions, including a pricing structure and insurance requirements. Key points include: - Submission deadlines and the acceptance process for bids. - Requirements covering labor, materials, and operational guidelines for janitorial services, ensuring compliance with federal standards. - Evaluation criteria that underscore the importance of price, experience, and operational capabilities. - Clauses surrounding insurance, vehicle access, and safety regulations at FAA facilities. The solicitation emphasizes the need for a detailed Continuity of Contract Performance Plan reflecting preparedness in national emergencies. The overall goal is to ensure efficient contract performance while maintaining compliance with regulatory standards, ultimately enhancing service delivery within FAA operations. This RFP illustrates the government's methodical approach to outsourcing essential services while promoting accountability and transparency in federal procurement processes.
    This document outlines the Statement of Work (SOW) for Janitorial Services at Federal Aviation Administration (FAA) Operational Facilities. The contractor is responsible for providing qualified personnel, equipment, and supplies to execute specified cleaning tasks across various locations while adhering to outlined quality control and safety standards. Key components include the scope of work, personnel requirements, quality control plans, and physical security mandates. The contractor must maintain thorough communication with the FAA, coordinating work schedules, following specific cleaning protocols, and reporting on performance through periodic inspections and reviews. The document emphasizes the importance of maintaining cleanliness, safety, and operational integrity, particularly in sensitive areas, while also detailing the contractor’s responsibilities regarding the management of waste, chemical safety, and training requirements for employees. Overall, the SOW establishes a comprehensive framework to ensure consistent, high-quality janitorial services that align with FAA operational needs and regulations.
    The document outlines the facility specifications, operational schedules, and maintenance requirements for various air traffic control towers (ATCT) and regional terminals located primarily in Texas and Oklahoma. It lists the shared office spaces, single occupancy, restrooms, conference rooms, corridors, and other essential areas along with their respective square footages, usage frequency, and maintenance activities. Each facility operates either 24/7 or during specific daytime hours, with detailed cleaning schedules ranging from daily to monthly, depending on usage. Key components include restrooms categorized by type and size, maintenance requirement charts, and summaries of cleaning tasks necessary to ensure health and safety standards. The document functions as a tool for government agencies when considering Requests for Proposals (RFPs) and grants, facilitating the evaluation of bids for service contracts by providing comprehensive building specifications and cleaning dynamics critical for facility management. Overall, the document emphasizes an organized approach to facility maintenance and operational readiness, underscoring the need for meticulous management in government-funded projects within aviation infrastructure.
    The document outlines a Request for Proposal (RFP) for janitorial services for the Dallas-Fort Worth District, detailing a consolidated approach for multiple facilities. The contract's performance period spans from January 1, 2025, to December 31, 2029, including a base year and several option years for renewal. Each facility, such as TRACON, ARTCC, and various ATCT locations, is listed with corresponding addresses, indicating that janitorial services will be required across multiple jurisdictions including Texas, Oklahoma, Louisiana, and Arkansas. Monthly pricing for these services is to be provided. The total evaluated price for the contract covers all years, and the document emphasizes the importance of competitive pricing and quality service. This RFP reflects the federal government’s initiative to ensure efficient facility maintenance and cleanliness through structured contractual arrangements, aiming for improved service delivery in a critical operational environment.
    The document outlines a request for proposals (RFP) related to federal grants and state/local funding opportunities. It discusses the government's intent to solicit contractors for various projects that aim to enhance services, infrastructure, and community development. Key topics include eligibility criteria for applicants, submission requirements, evaluation metrics, and expected outcomes tied to funding initiatives. The RFP emphasizes the importance of innovation and efficiency while expecting compliance with governmental regulations and standards. It also highlights the need for project plans that address specific community needs, contribute to local economic growth, and incorporate sustainable practices. The structure of the document presents clear sections for guidelines, deadlines, and contact information for clarification, ensuring potential applicants understand the context and scope of the funding opportunity. Ultimately, this RFP serves to engage stakeholders in strategic projects aligned with governmental priorities, fostering collaboration and investment in public welfare and economic sustainability.
    The document is a Customer Satisfaction Survey related to a proposal for a contract with the Federal Aviation Administration (FAA). It outlines the submission process, indicating that surveys must be sent directly to FAA Acquisitions by the customer providing the feedback, not by the bidding company. The survey includes questions assessing the contractor's service delivery, responsiveness, problem-solving capabilities, and overall performance based on a rating scale from excellent to unacceptable. Additionally, it requires basic information such as the name of the proposing company, the company providing the survey, and the corresponding contract number. The purpose of this survey is to gather client feedback to evaluate the contractor's past performance as part of the proposal assessment process under federal guidelines. This mechanism ensures that contracting decisions are informed by client experiences and satisfaction levels, ultimately aiming to uphold service quality standards in federal contracts.
    The Contractor Staffing Access Questionnaire aims to assess the access requirements of a contractor's workforce for potential contracts with the FAA. This questionnaire requires contractors to provide the estimated number of personnel, including full and part-time employees and subcontractors, necessary for the contract duration. Specific labor categories designated by the FAA or contractor-defined categories must be filled out, capturing details on position titles, number of employees per category, and access needs. Key considerations include whether employees will need routine access to FAA facilities, FAA computer systems, or sensitive unclassified information. This document serves to facilitate the FAA's determination of appropriate security investigations and badging requirements for contractor staff should the contract be awarded. The questionnaire provides a structured approach to gather essential information for compliance and operational clarity concerning access to FAA resources.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Janitorial Services for Multiple FAA Jacksonville District Florida Facilities
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services for multiple facilities within the Jacksonville District in Florida. This procurement is a firm-fixed price contract set aside for 8(a) certified small disadvantaged businesses, with a performance period of five years, including a base year and four option years. The services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, ensuring compliance with safety and environmental standards. Interested parties must register for site visits by October 4, 2024, with proposals due by November 21, 2024, and can direct inquiries to Patricia Mogck at patricia.mogck@faa.gov or Matina Jackson at Matina.L.Jackson@faa.gov.
    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.
    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 360 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 aviation 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. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    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 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 the contractor to provide comprehensive landscaping services, including routine lawn care and maintenance across multiple FAA facilities, with a performance period starting December 1, 2024, and extending through November 30, 2029, covering one base year and four option years. This procurement is crucial for maintaining the operational integrity and aesthetic standards of FAA facilities, with an estimated total contract value between $250,000 and $300,000 over the five-year period. Interested parties should direct inquiries to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    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.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, adhering to National Fire Protection Association standards and local regulations. This contract is vital for maintaining safety and operational integrity at these aviation facilities, with a performance period set from October 1, 2024, to September 30, 2029, and an option for four additional years. Interested contractors must submit their proposals via email by October 11, 2024, and can direct inquiries to Randie Thornton at randie.n.thornton@faa.gov or call 817-222-4189.
    SEEKING SOURCES FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the demolition and construction of communication towers located in Fredericksburg, Texas (T82) and Plainview, Texas (PVW). The procurement aims to replace outdated communication infrastructure with new towers that meet modern safety and service standards, ensuring compliance with FAA regulations and various safety codes. This project is critical for enhancing the telecommunications capabilities essential for federal operations, with an emphasis on high-quality materials and adherence to engineering principles. Interested vendors must submit their statements of interest, including company capabilities and project-specific information, by 4:00 p.m. Central Time on October 11, 2024, to Josh Huckeby at joshua.d.huckeby@faa.gov.
    USCG KETCHIKAN ALASKA JANITORIAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for janitorial services at Base Ketchikan, Alaska, with an anticipated contract start date in January 2025. The contractor will be responsible for maintaining clean and sanitary conditions in government buildings, employing a tailored labor mix and management structure based on historical data, while adhering to federal and state compliance regulations. This procurement emphasizes the use of eco-friendly materials and qualified personnel, ensuring safety and regulatory compliance throughout operations. Interested parties must submit their proposals to Deno Stamos at deno.a.stamos@uscg.mil before the specified deadline to be considered for the award.
    Amendment 0003: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and associated equipment, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal regulations and safety standards in a critical operational environment. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.