Janitorial Services for various locations in the Houston District across the Gulf Coast Region.
ID: 697DCK-24-R-00496Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Offer (RFO) for a janitorial services contract administered by the Federal Aviation Administration (FAA) for multiple locations in the Houston District. The contract period is set from February 1, 2025, to January 31, 2026, with options to extend for up to four additional years. Proposals will be evaluated primarily on criteria favoring Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by other small businesses if sufficient competition exists. Vendors must provide pricing based on the attached Statement of Work (SOW) and adhere to specified labor and insurance standards. The document emphasizes compliance with federal regulations, including pertinent clauses on payments, service standards, and contractor responsibilities. Key milestones include a mandatory site visit and solicitation questions due by November 1, 2024. The FAA mandates that all contractors maintain accurate documentation and is entitled to inspect contractor-provided services to ensure compliance with contract terms. This solicitation reflects the FAA's commitment to engaging small business concerns while ensuring high-quality service delivery across its facilities.
    The document outlines the Contractor Staffing Access Questionnaire, a tool used by the Federal Aviation Administration (FAA) to assess the access requirements for potential contractors in relation to their employees. The questionnaire aims to gather essential information regarding the anticipated number of employees, specific labor categories, and their access needs to FAA facilities, computer systems, and Sensitive Unclassified Information (SUI). Contractors are instructed to provide details on employee counts, position titles, and whether access is needed for routine facility visits exceeding 180 days or to FAA networks. Proper submission of this information is crucial for determining the appropriate background investigations and badging requirements for awarded contracts. Overall, this questionnaire plays a vital role in the FAA's contract management process by ensuring compliance with security protocols surrounding contractor personnel.
    The document is a Customer Satisfaction Survey (CSS) related to a proposal submitted by a contractor for a Federal Aviation Administration (FAA) solicitation. It seeks feedback from a designated customer reference to assess the contractor's past performance, which is vital for the evaluation process. The survey consists of several rating questions regarding overall service performance, responsiveness, problem-solving capabilities of operations management, and the performance of on-site employees. Respondents are encouraged to provide comments corresponding to each rating. The completed survey must be sent directly to a specified FAA email address by a designated deadline for it to be included in the evaluation. This survey is an essential component of the FAA's assessment strategy within the context of government RFP processes, ensuring that past performance metrics are measured effectively to inform future contracting decisions.
    The document outlines operational and maintenance details for several Air Traffic Control Towers (ATCT) and their associated base buildings located in multiple cities in Louisiana and Alabama, including Mobile, Baton Rouge, Lake Charles, Lafayette, and New Orleans. Each facility's operational hours, type of office space, total square footage, restroom characteristics, and cleaning schedules are specified. For example, Brookley Field's ATCT includes various spaces such as conference rooms, reception areas, and break rooms, with detailed descriptions of their dimensions, occupancy standards, and cleaning requirements. The chart key denotes cleaning frequency, structured around operational hours. The purpose of this document aligns with government RFP initiatives, indicating a comprehensive approach to meeting facility management, maintenance needs, and health standards while ensuring efficient operations in air traffic control environments. This serves as a basis for potential contractors to understand the requirements for service proposals related to facility upkeep and management.
    The document outlines a Statement of Work (SOW) for Janitorial Services to be provided at Federal Aviation Administration (FAA) operational facilities. It details the Contractor's responsibilities, including the provision of personnel, equipment, and supervisory services necessary to maintain specified cleanliness standards. Key components include adherence to physical security protocols, a defined work schedule, and quality control measures to ensure effective service delivery. The Contractor is required to maintain cleanliness across various facility types, respond to safety hazards, and report any damaged property. It emphasizes training employees on cleaning procedures and handling chemicals safely, while maintaining records of inspections and compliance. The document serves as a guideline for prospective contractors responding to a Request for Proposals (RFP) related to government janitorial services, highlighting the importance of quality work and adherence to strict regulations to support delicate FAA operations. The SOW is structured into sections detailing the scope, definitions, tasks, contractor responsibilities, and government provisions, ensuring clarity and comprehensive coverage of all operational expectations.
    The document outlines a pricing spreadsheet for the "Gulf Coast Group Consolidated Janitorial" contract under the RFP number 697DCK-24-R-00496. It details the pricing structure for various janitorial services across multiple locations, including Baton Rouge, Moisant, Lafayette, Lake Charles, Beaumont, Alexandria, and Brookley Field. Each location lists services such as janitorial cleaning, buffing/waxing, shampooing, and window cleaning, along with specified quantities and unit prices. The spreadsheet shows totals for each service per location, all of which are currently set at $0.00, indicating that no bids or estimates have been provided as of the revised date of 10/11/2024. The document includes an option for additional years of service, but the longstanding zeros suggest it may still be in the proposal or consideration phase rather than finalized contracts. This report is relevant within the context of federal procurement processes and expresses the government's approach to acquiring janitorial services across the Gulf Coast area while leaving financial specifics pending.
    The document outlines the Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Louisiana. It specifies that contracts entered into after January 30, 2022, must adhere to Executive Order 14026, enforcing a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must follow Executive Order 13658, with a minimum of $12.90 per hour. The file includes a comprehensive list of various job classifications along with corresponding wage rates, including mandatory health and welfare benefits of $4.98 per hour. Additional pertinent information includes requirements for paid sick leave under Executive Order 13706 and established vacation and holiday policies. The document serves to guide contractors in compliance with wage regulations, helping ensure that workers on federal contracts receive appropriate pay and benefits in accordance with established labor laws. This is crucial in the context of government RFPs and grants, as it ensures fair compensation for labor in service contracts.
    The document outlines the Wage Determination No. 2015-5177, effective for contracts under the Service Contract Act in specific Louisiana parishes. It specifies wage rates for various occupations as required by Executive Orders 14026 and 13658, which establish minimum wage standards for federal contractors. For contracts executed after January 30, 2022, the minimum wage is set at $17.20 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $12.90 per hour. The document provides a comprehensive list of occupations, their corresponding wage rates, and applicable fringe benefits, including health and welfare, vacation, and holidays. Additionally, it highlights requirements for paid sick leave under Executive Order 13706, mandating one hour of paid leave for every 30 hours worked, capped at 56 hours annually. Compliance with the Wage Determination is essential for contractors, with provisions for additional classifications and wage rates via a standard form process outlined in the document. Overall, the file serves to ensure compliance with federal wage laws and standards for contractors engaged in service agreements, outlining crucial wage conditions and worker protections.
    The document outlines the wage determination regulations under the Service Contract Act (SCA) by the U.S. Department of Labor, particularly focusing on minimum wage requirements for federal contracts in Alabama, Mobile County. It states that contracts generally must adhere to the minimum wage set by Executive Orders 14026 and 13658, with applicable rates adjusted annually. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, have a lower rate of $12.90 unless a higher wage is determined. The document lists specific wage rates for various occupations, such as administrative support, automotive services, health occupations, and protective service roles. Additionally, it details fringe benefits, such as a health and welfare benefit of $4.98 per hour and paid vacation and sick leave provisions under Executive Order 13706. This wage determination serves as a critical reference for ensuring fair compensation for workers on federal contracts, supporting compliance with labor standards while also reflecting the government's commitment to worker protections as part of its contracting processes.
    The document provides the latest wage determination under the U.S. Department of Labor's Service Contract Act, specifically for the Lafayette Parish in Louisiana. The wage determination outlines minimum wage rates contingent on contracts awarded or renewed on or after January 30, 2022, establishing a minimum wage of $17.20 per hour, and rates for various occupations, including administrative support, automotive services, and food preparation. Additionally, it discusses fringe benefits, such as health and welfare, paid sick leave under Executive Order 13706, and vacation entitlements, highlighting compliance requirements for contractors. Workers must receive mandatory fringe benefits valued at $4.98 per hour, along with a comprehensive list of job classifications and corresponding wage rates, specifying additional expectations for uniforms and hazardous pay. The guidance underscores the importance of classification processes for unlisted occupations and clarifies how contract-related wages and benefits must be properly managed to align with federal standards. This wage determination serves as a crucial reference for government contracts, ensuring compliance with labor standards across federal, state, and local agencies.
    The document outlines Wage Determination No. 2015-5185, issued by the U.S. Department of Labor, which establishes minimum wage rates for service workers under the Service Contract Act (SCA) as applicable to contracts in Calcasieu and Cameron parishes, Louisiana. It specifies that contracts initiated or renewed post-January 30, 2022, must meet or exceed an hourly wage of $17.20, while those awarded between January 1, 2015, and January 29, 2022, retain a minimum of $12.90 unless specified otherwise. The document details specific occupational classifications with corresponding wage rates, fringe benefits, and notes on additional legal mandates like Executive Order 13706, which addresses sick leave for contractors. Contractors are obligated to ensure compliance with wage determinations and provide benefits including health and welfare payments, vacation, and holiday allowances. Additionally, the document describes the conformance process for unlisted job classifications, ensuring fair compensation for all workers within the framework of federal contracts. This guidance is essential for federal and state local RFPs involving service contracts, underscoring compliance and worker rights protection mandates.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor. It specifies minimum wage requirements for contracts effective on or after January 30, 2022, relating to Executive Orders 14026 and 13658. For covered workers in Louisiana parishes, the minimum hourly wage ranges from $12.90 to $17.20, depending on the contract award date. A comprehensive list of occupational codes and corresponding wage rates is provided, along with mandatory fringe benefits such as health and welfare contributions, vacation, and holidays. Additionally, the document details compliance requirements regarding sick leave for federal contractors and establishes a conformance process for unlisted job classifications. It emphasizes that all employees must receive appropriate compensation as per the wage determination, ensuring compliance with federal regulations. This wage determination is crucial for contracting entities, providing guidelines on compensation and benefits, enhancing worker protection, and ensuring compliance in government contracts under the specified legislative framework.
    Similar Opportunities
    Janitorial Services for various locations in the Houston District across South Texas.
    Active
    Transportation, Department Of
    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.
    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.
    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.
    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.
    LAKE GEORGETOWN OFFICE JANITORIAL SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified contractors to provide janitorial services at the Lake Georgetown Office. This non-personal services contract requires the contractor to supply all necessary personnel, equipment, supplies, and materials to perform the janitorial services as outlined in the Performance Work Statement (PWS). The services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a conducive working environment. Interested small businesses must submit their proposals, including a completed conceptual work plan, to the primary contact, Baisy Lanzo, at baisy.j.lanzo@usace.army.mil or by phone at 817-659-6355, with a secondary contact available in Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL or 817-886-1161.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This procurement emphasizes the importance of high hygiene standards for public facilities and aims to promote opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal via email by the specified deadline, with a site visit scheduled for October 4, 2024, and questions due by October 9, 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 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.