Janitorial Services for various locations in the Houston District across South Texas.
ID: 697DCK-24-R-00419Type: 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) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services across multiple locations in the Houston District of South Texas. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a firm-fixed price procurement for a base year starting February 1, 2025, with the option for four additional years. These services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, including air traffic control towers and administrative offices. Interested contractors should review the solicitation documents and submit their proposals, adhering to the specified requirements, including wage determinations and quality control measures, by the designated deadlines. For further inquiries, contact Valentin Saucedo at valentin.ctr.saucedo@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Request for Offer (RFO) for a janitorial services contract by the Federal Aviation Administration (FAA) within the Houston District. The contract encompasses base year services from February 1, 2025, through January 31, 2026, with four optional extension years. The primary services include janitorial work across multiple FAA locations, including offices and air traffic control towers. Proposals will be evaluated based on a tiered approach prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with contracts awarded only to competitive offers from eligible firms. Important details include requirements for pricing proposals, adherence to a provided Statement of Work (SOW), and compliance with prevailing wage determinations set by the Department of Labor. The document specifies terms regarding contract execution, payment, and conditions for contract continuation during national emergencies. Additionally, detailed communication protocols and requirements for site visits are established, ensuring transparency within the bidding process. This RFO reflects the FAA's commitment to acquiring essential services while adhering to federal regulations and promoting small business participation.
    The document outlines the "Contractor Staffing Access Questionnaire" issued by the Federal Aviation Administration (FAA) as part of the contractor selection process. The questionnaire collects information on potential contractors’ employee access needs to determine the necessary investigation requirements and badging for awarded contracts. Contractors are instructed to provide the estimated number of employees supporting the contract and details for each labor category, including the position titles, number of employees, and access requirements to FAA facilities, networks, and Sensitive Unclassified Information (SUI). This data will guide security protocols and ensure compliance with federal standards. The form includes various labor categories, inviting contractors to specify access frequency and type, underscoring the importance of regulatory compliance and efficient project execution. The document is structured into sections for ease of completion, reflecting the FAA's need for careful assessment of contractors prior to contract awards.
    The document outlines a Customer Satisfaction Survey (CSS) related to a proposal submitted by a contractor for a Federal Aviation Administration (FAA) solicitation. The purpose of the survey is to gather feedback from customers, who have been identified as references, regarding the contractor's past performance. The survey consists of various questions aimed at evaluating key aspects such as overall service performance, response times to requests, problem-solving capabilities, and the performance of on-site employees. Respondents are asked to rate their satisfaction on a scale from one (unacceptable) to five (excellent) and provide comments for further insights. The survey emphasizes the importance of timely feedback as part of the evaluation process and requests that completed forms be emailed directly to the designated FAA contact. The overall goal of this initiative is to ensure accountability and improve service quality in the context of the FAA’s contracting processes.
    The document outlines the operational specifications and maintenance requirements for various Air Traffic Control facilities in Texas, including the Service Support Unit (SSU) and Air Traffic Control Tower (ATCT) locations. It details operational hours, square footage, office space types, and maintenance frequencies for various areas like shared office spaces, breakrooms, restrooms, and equipment rooms. Each facility’s maintenance schedule identifies the frequency of cleaning and servicing tasks ranging from daily to quarterly, ensuring adequate hygiene and facility upkeep. Specific references to flooring types, restroom configurations, and general building amenities are included. The file's primary purpose is to support government Requests for Proposals (RFPs) by providing detailed information on facility management and operational standards essential for potential contracting entities. The detail emphasizes compliance with facility management norms to uphold safety and functionality, vital in the context of federal grants or contracts related to infrastructure in aviation and control operations.
    The document outlines the Statement of Work (SOW) for Janitorial Services at Federal Aviation Administration (FAA) Operational Facilities. Its main purpose is to detail the scope of work, expectations, and requirements for contractors providing cleaning services, including maintaining government properties across various FAA facilities. Key components include: 1. Scope of Work: Contractors must supply all personnel, equipment, and services to meet specified requirements. 2. Personnel Specifications: A contract manager must oversee operations, and contractors must provide an employee list and training in cleaning procedures and safety protocols. 3. Quality Control: Contractors are required to establish a Quality Control Plan and maintain stringent inspection standards to ensure high service levels. 4. Physical Security: Guidelines emphasize safeguarding government properties and compliance with access protocols. 5. Task Descriptions: The document details specific cleaning tasks which range from waste disposal to maintaining cleanliness in specialized areas like restrooms and operational zones. This SOW serves to ensure contractors adhere to stringent cleaning standards while facilitating safe and efficient FAA operations, reflecting the government’s commitment to maintaining a clean and secure environment within federally managed facilities. Contractors’ performance will be closely monitored to align with agency requirements and operational integrity.
    The document is a pricing spreadsheet related to a federal Request for Proposal (RFP) for consolidated janitorial services across various facilities in South Texas, designated with the reference number 697DCK-24-R-00419. It outlines contract pricing for the base year and multiple option years for janitorial services, including standard cleaning, buffing, waxing, shampooing, and window cleaning at locations such as Brownsville, Corpus Christi, and Houston Hobby. Each service is categorized by quantity and respective unit prices, all of which are currently listed as zero dollars. This indicates that no bids or financial proposals have been submitted to date. The document reflects standard contract pricing structures in government requests, detailing expected services and quantities for effective evaluation of responses from contractors. The absence of cost suggests it may be a preliminary draft or that suppliers have not finalized their proposals. Overall, the spreadsheet serves as a framework for understanding the financial dimensions associated with state and federal contracting for janitorial services, highlighting the essential need for transparency and accountability in governmental procurement processes.
    The U.S. Department of Labor has issued Wage Determination No. 2015-5219, which outlines minimum wage and fringe benefit requirements under the Service Contract Act (SCA) for federal contracts in Cameron County, Texas. Effective January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour or the higher applicable rate for employees working under these contracts in 2024. For contracts awarded between January 1, 2015, and January 29, 2022, Executive Order 13658 applies, requiring a minimum wage of $12.90 per hour. The document details various job classifications, corresponding wage rates, and required fringe benefits such as health and welfare benefits of $4.98 per hour. It includes provisions for paid sick leave under Executive Order 13706 and outlines a conformance process for unlisted job classifications. The regulations are enforced to ensure fair labor standards among federal contractors. Overall, this wage determination clarifies compensation expectations and worker protections for contract employees, reflecting the federal government's commitment to ensuring fair labor practices in its contracting processes.
    The document is a Wage Determination under the Service Contract Act, detailing minimum wage requirements and wage rates for various occupations in Texas. It specifies that contracts under the Act must adhere to the minimum wage set by either Executive Order 14026 or Executive Order 13658, which varies based on the contract date. For contracts starting or extended after January 30, 2022, the minimum wage is $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. It lists specific occupations, their corresponding wage rates, and fringe benefits, including a health and welfare benefit of $4.98 per hour. Other requirements include paid sick leave under Executive Order 13706 and vacation and holiday provisions. The document advises employers on compliance with uniform allowances and the process for classifying additional occupations not listed. This wage determination serves to ensure fair compensation for workers engaged in federal contracts and addresses various rights and benefits applicable under federal law, aiming for equitable labor standards in state and local RFPs and grants.
    The document presents a wage determination issued by the U.S. Department of Labor under the Service Contract Act. This determination outlines the minimum wage requirements for contractors in Texas, specifically in the counties of Hardin, Jefferson, and Orange. Effective from January 30, 2022, contracts must adhere to the higher rates set by Executive Orders 14026 and 13658, mandating at least $17.20 or $12.90 per hour for covered workers, depending on the contract's award date. It details various occupations, their respective wage rates, and required fringe benefits, such as health and welfare benefits of $4.98 per hour. Certain occupations qualify for additional stipulations under Executive Order 13706, which mandates paid sick leave for federal contractors. The document also provides information on the conformance process for unlisted job classifications, ensuring fair compensation for all employees. Overall, the wage determination aims to protect workers and ensure equitable pay in federal contracting contexts, emphasizing compliance with established federal regulations.
    This document provides a wage determination under the Service Contract Act from the U.S. Department of Labor, outlining rates for various occupations in Texas counties (Aransas, Nueces, San Patricio). The guidelines stipulate minimum wage rates based on Executive Orders 14026 and 13658, which apply to contracts awarded or renewed after specified dates. For 2024, applicable minimum wages are set at $17.20 and $12.90 per hour, respectively. The document includes detailed wage rates for numerous occupations, ranging from administrative support to health-related roles, along with fringe benefit requirements and specific conditions under which these rates apply. Furthermore, it emphasizes compliance with health and welfare benefits, vacation, and holiday entitlements. Additionally, it addresses the conformance process for unlisted occupations, specifying steps contractors must follow to classify these roles appropriately. This determination is crucial for organizations engaging in federal contracts, ensuring that they meet wage and benefit obligations while adhering to labor laws, ultimately safeguarding worker rights in federally funded projects.
    The document outlines the Wage Determination No. 2015-5245 issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing minimum wage requirements for federal contractors based on Executive Orders 14026 and 13658. Effective from January 30, 2022, contracts that fall under these orders require a minimum wage of $17.20 per hour for certain contracts or $12.90 for others, with varying rates for specific occupations listed, predominantly in Texas County of Hidalgo. The document specifies various job classifications alongside their respective wage rates, fringe benefits, and protections concerning health and welfare, vacation, and holiday pay. It also mentions additional stipulations regarding paid sick leave under Executive Order 13706 for contracts awarded post-January 1, 2017. Contractors are advised that they must comply with these regulations and ensure that their workers receive appropriate compensation, including health benefits amounting to $4.98 per hour. The document serves to ensure fair pay and compliance with federal employment standards, crucial for contracts tied to government RFPs, grants, and local initiatives.
    Similar Opportunities
    Janitorial Services for various locations in the Houston District across the Gulf Coast Region.
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services across eight locations in the Houston District, covering the Gulf Coast Region. The procurement is a firm-fixed price contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and other small businesses, with a performance period starting February 1, 2025, and extending for a base year plus four optional years. These janitorial services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, ensuring compliance with safety and health standards. Interested contractors should review the solicitation documents and submit their proposals by the specified deadlines, with inquiries directed to Valentin Saucedo at valentin.ctr.saucedo@faa.gov.
    DFW District Janitorial Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide janitorial services across multiple locations within the Dallas-Fort Worth District. The procurement is structured as an 8(a) set-aside and encompasses a contract period from January 1, 2025, to December 31, 2029, with specific cleaning requirements outlined in the Statement of Work and frequency charts for various facilities. This contract is critical for maintaining operational cleanliness and safety standards at FAA facilities, which include air traffic control towers and regional terminals. Interested offerors must submit their proposals electronically by the specified deadline and acknowledge all amendments to the solicitation, with further inquiries directed to Marshavia Clark at marshavia.clark@faa.gov.
    Janitorial Services for Multiple FAA Jacksonville District Florida Facilities
    Active
    Transportation, Department Of
    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 quality standards. Interested parties must register for site visits scheduled between October 24 and November 1, 2024, submit questions by November 4, 2024, and proposals by November 21, 2024, with the contract expected to be awarded shortly thereafter. For further inquiries, contact 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) 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 critical for maintaining cleanliness and operational efficiency within FAA facilities, ensuring compliance with federal standards and safety protocols. Interested contractors must register for a site visit by September 26, 2024, with the solicitation closing on 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): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Department of Transportation, through 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. The contract will be structured 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 aircraft readiness and compliance with FAA regulations. This procurement is critical for maintaining operational safety and efficiency within the FAA's aviation services. Proposals are due by October 30, 2024, at 3:00 PM CT, and interested contractors should direct inquiries to Stephanie Riddle at stephanie.r.riddle@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.
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. The project aims to enhance the airport's infrastructure, ensuring compliance with federal standards and improving accessibility for all users, including adherence to the Americans with Disabilities Act (ADA). The estimated contract value ranges from $500,000 to $1 million, with a performance period of 90 days following the notice to proceed. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Grease Trap Services for JBSA Randolph and Lackland, Texas
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide grease trap services at Joint Base San Antonio (JBSA) Randolph and Lackland in Texas. The contractor will be responsible for the maintenance of grease and grit traps, lint interceptor traps, sewage holding tanks, and oil/water separators, ensuring compliance with federal, state, and local environmental regulations. This service is crucial for maintaining the operational integrity of waste management systems and preventing environmental hazards. The contract is set aside for small businesses, with a performance period from January 1, 2025, to December 31, 2029, and the solicitation number is FA301625R0004, expected to be available on or about October 26, 2024. Interested parties should contact SrA Abby Hughes at abby.hughes@us.af.mil or 210-570-6670 for further information.
    **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.
    Grease Trap Services for JBSA Randolph and Lackland, Texas
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to provide grease trap services at Joint Base San Antonio (JBSA) Randolph and Lackland in Texas. The contractor will be responsible for the maintenance of grease and grit traps, lint interceptor traps, sewage holding tanks, and oil/water separators, ensuring compliance with federal, state, and local environmental regulations. This service is crucial for maintaining the operational integrity of waste management systems at the base, preventing overflow and ensuring environmental safety. The solicitation number FA301625R0004 will be available on or about October 26, 2024, with proposals due by approximately November 8, 2024. Interested parties should contact SrA Abby Hughes at abby.hughes@us.af.mil or 210-570-6670, or Norena M. Phillips at norena.phillips@us.af.mil for further information.