Washington DC Area Janitorial
ID: 697DCK-25-R-00051Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION69435Q SOUTHERN REGIONCOLLEGE PARK, GA, 30337, 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 qualified contractors to provide janitorial services across 14 locations in the Washington D.C. area, with a focus on maintaining cleanliness and operational readiness. The contract, which is set aside for 8(a) Small Disadvantaged Businesses, will span from April 1, 2025, to March 31, 2030, with options for up to four additional years, and requires compliance with the Service Contract Labor Standards for employee compensation. This procurement is critical for ensuring a hygienic environment in FAA facilities, which supports the agency's operational efficiency and safety standards. Interested vendors must submit their proposals by January 13, 2025, and can direct inquiries to Bill Lockard at bill.lockard@faa.gov or Josh Harker at josh.harker@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file details a Request for Proposal (RFP) for janitorial services at various federal facilities primarily located in the Washington D.C. metropolitan area and surrounding states. It lists specific sites, including Andrews Air Force Base, Reagan National Airport, and several Air Traffic Control Towers across Virginia, Maryland, North Carolina, and West Virginia. Each location is associated with corresponding Service Contract Act wage determinations, indicating the legal requirements for wage standards applicable to service employees at these sites. The document emphasizes the importance of compliance with labor laws, ensuring fair pay for workers engaged in federal contracts. Overall, the file serves as an essential resource for potential contractors looking to bid on janitorial services while adhering to federal guidelines.
    The document outlines a Customer Satisfaction Survey (CSS) related to a Federal Aviation Administration (FAA) solicitation proposal submitted by a contractor. It seeks input from a designated customer reference to assess the contractor's past performance, which is critical for the evaluation process. The survey includes various satisfaction ratings for service performance, responsiveness to requests, operational management problem-solving capabilities, and on-site employee performance. Respondents are encouraged to provide comments alongside their ratings, which will inform the FAA's evaluation. The survey must be emailed directly to a specified FAA contact for inclusion in the review process, underscoring the importance of customer feedback in government contracting evaluations. This process demonstrates the FAA’s commitment to ensuring quality service through participant input.
    The document outlines the operational requirements and maintenance specifications for various Air Traffic Control facilities under the Federal Aviation Administration (FAA). It details the facilities’ locations, operational hours, square footage, and cleaning frequencies for different areas such as offices, conference rooms, corridors, restrooms, and operational areas. Each section specifies the expected cleaning routines (daily, weekly, monthly, etc.) and includes comprehensive data on waste disposal, supply replenishment, and surface cleaning procedures. Key facilities mentioned include the Air Traffic Control System Command Center in Warrenton, Reagan National Airport, and Norfolk ATCT, among others. The document serves as a guide for potential contractors by outlining necessary services in line with federal standards, ensuring a clean and conducive working environment for staff. This aligns with government contracting objectives by promoting transparency and accountability within maintenance services for federally operated locations. The detailed requirements also facilitate effective budgeting and resource allocation for maintenance contractors responding to the Request for Proposals (RFPs).
    The Federal Aviation Administration (FAA) is conducting a Market Survey to assess the janitorial service marketplace in Washington DC, Virginia, West Virginia, Maryland, and North Carolina. This initiative aims to identify capable vendors and gauge competition for potential contracts, particularly with service-disabled veteran-owned small businesses (SDVOSB) and socially and economically disadvantaged businesses. Interested vendors must submit their qualifications, including company name, address, contact information, business size status, and references for similar services. The survey is guided by the FAA Acquisition Management System (AMS) and will assist in planning future solicitations, which may result in a single consolidated contract or multiple contracts for the identified locations. Responses must be submitted electronically by October 31, 2024, by 10:00 AM EST. Vendors are informed that participation does not guarantee business, and that the FAA will not cover any costs associated with the survey. All proprietary information will be kept confidential if labeled appropriately.
    The Federal Aviation Administration (FAA) is conducting a Market Survey to explore potential sources for janitorial services across multiple metropolitan areas, including Washington DC, Virginia, West Virginia, Maryland, and North Carolina. The objective is to gauge the marketplace and determine competition levels for future contracts, potentially favoring Service Disabled Veteran Owned Small Businesses (SDVOSB), Socially and Economically Disadvantaged Businesses (SEDB/8(a)), and other small businesses. Interested vendors must submit information confirming their qualifications, including company details, business size status, and past performance references. Submissions are due by 10:00 AM EST on October 31, 2024, and will be handled electronically via a specified email. The survey complies with FAA Acquisition Management System guidelines and aims to inform planning decisions, though it doesn't guarantee solicitation or contracts. All responses are treated confidentially, protecting proprietary information. Ultimately, the FAA seeks to understand available services for planning purposes and foster competition in the janitorial services market.
    This government document outlines a pricing submittal from a vendor related to multiple Air Traffic Control (ATC) locations and Service Support Centers (SSC) across the Mid-Atlantic region, covering three base years (2025-2028). The pricing is structured into several option years, starting from April 1, 2025, to May 31, 2026, and continuing through to the fourth option year. Each location, including Andrews Air Force Base, Reagan National Airport, and others, has associated monthly pricing that the vendor is required to provide for consideration. The primary purpose of the document is to facilitate government procurement processes for air traffic services by outlining pricing frameworks for different operational sites. This structure allows for evaluations of cost across multiple specified facilities while ensuring vendors provide consistent pricing for services over time. By detailing the pricing per location, it assists procurement officials in budgeting and negotiating the costs of air traffic control services needed for effective air traffic management and safety. The document's organization promotes clarity and completeness, essential for assessing vendor proposals effectively.
    The document outlines a series of inquiries and answers related to the solicitation # 697DCK-25-R-00051 for janitorial services across various locations in the Washington D.C. area. Key topics include operational hours for cleaning, the need for on-site personnel, past contract performance, and requirements for proposal submissions. The document emphasizes a new Statement of Work (SOW) intended to guide vendors in understanding the expected janitorial services, as well as detailed cleaning tasks and frequency, which are outlined in Frequency Charts. The Government has clarified several key points, such as that the solicitation is set aside for 8(a) Small Disadvantaged Businesses and that vendors must submit certain documents like certified resumes and past performance information. The Government will not disclose budget allocations or detailed information on existing contracts but indicates that historical performance from teaming partners can be utilized in proposals. Overall, the document serves as a comprehensive guide for potential bidders, detailing operational expectations and submission requirements while maintaining a focus on ensuring compliance with government standards and the specifics outlined within the solicitation.
    The government file comprises various records related to federal RFPs (Requests for Proposals) and grants, as well as state and local RFPs. The overarching purpose of these documents is to outline funding opportunities, project specifications, and guidelines for applicants seeking federal and state support for specific initiatives. Key components include eligibility criteria for organizations, the nature of funded projects, application procedures, deadlines, and evaluation metrics for proposals. The structure typically features sections dedicated to project objectives, budgetary requirements, compliance with regulatory standards, and performance metrics for success. This file serves as a comprehensive resource for entities intending to apply for funding, ensuring they understand the requirements and intricacies of the application process. Additionally, it reflects government priorities and areas where public-sector investment is targeted, thus facilitating clarity and transparency in funding allocations. Overall, the document emphasizes a commitment to support initiatives that align with governmental goals and community needs.
    This document serves as an amendment to a solicitation from the Federal Aviation Administration (FAA) regarding the project identified by contract number 697DCK-25-R-00051. Key updates involve changes to the timeline for a site visit and the due date for contractors to submit questions. The due date for questions has been amended to December 23, 2024, at 10 AM Eastern Time, and an optional site visit will take place on December 16 and 17, 2024. Interested contractors must provide advance notice of attendance by December 9, 2024. The site visit allows only two representatives from each company and is intended for contractors seeking clarification on specifications and terms. The document emphasizes the importance of timely communication and provides details for specific locations and contact persons. Overall, this amendment reflects the FAA’s efforts to ensure a transparent procurement process for contractors involved in aviation-related projects.
    The document is an amendment/modification notice regarding a government contract related to the Federal Aviation Administration (FAA). It announces an amendment to the solicitation concerning Collective Bargaining Agreements for Unique Cleaning Service, Inc. at FAA locations in Leesburg and Warrenton, Virginia. The effective period for the contract spans from April 1, 2025, to March 31, 2026. Key changes include wage adjustments for various positions such as custodians, laborers, and ground maintenance staff, with specific rates outlined for different classifications and benefits. Additionally, it details updates to employee benefits, including health, pension, vacation, sick leave, and bereavement policies. Notably, an extra compensation of $0.50 for stripping and waxing tasks has been established, alongside improved vacation accrual processes. The amendment ensures clarity regarding wage and fringe benefit changes while maintaining all other terms of the original document unchanged. By formalizing these agreements, the amendment aims to enhance working conditions and compensation for employees affiliated with the collective bargaining agreements within the FAA facilities.
    The document outlines an amendment to a solicitation and modification of a contract concerning the Federal Aviation Administration (FAA) and Unique Cleaning Service, Inc. It specifically addresses the updated Collective Bargaining Agreements for janitorial services at FAA facilities in Leesburg and Warrenton, Virginia. The agreement, in effect from October 1, 2024, to September 30, 2026, includes provisions on wages, working conditions, union recognition, management rights, and grievance procedures among others. Key topics include union security, the employer’s obligation to the pension and health funds, and clauses related to employment rights, such as no discrimination policies and the procedure for disciplinary actions. The agreement stipulates benefits like paid holidays, vacations, personal days, and pension contributions, ensuring the workforce is treated equitably. It highlights the importance of communication between the employer and the union, especially regarding grievances and employee representation. Overall, the document serves to formalize the terms of employment and ensure compliance with federal and state labor laws, fostering a mutual understanding between the contracting parties.
    The government document pertains to the amendment of a solicitation for janitorial services under contract number 697DCK-25-R-00051, issued by the Federal Aviation Administration (FAA). The amendment extends the closing date for offers to January 13, 2025, at 10:00 AM ET and provides responses to questions submitted by potential vendors regarding the solicitation. Key points include the requirements for janitorial services at multiple locations, specifics about past contract performance, the necessity for 24/7 personnel coverage at certain sites, and clarifications on cleaning tasks and frequency outlined in accompanying charts. The document emphasizes the importance of customer satisfaction surveys and mandates acknowledgment from vendors of the amendment prior to submission. Notably, the solicitation is a 100% set-aside for 8(a) vendors, encouraging small disadvantaged businesses to participate in the bidding. Overall, this amendment ensures potential bidders are informed about the procedural requirements, adjustments, and expectations from the government, facilitating a fair and transparent contracting process.
    The document outlines the amendment of a federal solicitation related to janitorial services issued by the Federal Aviation Administration (FAA). It serves to communicate the addition of government responses to vendor inquiries and sets a new closing date for offers on January 13, 2025. The period of performance for the contract is slated from April 1, 2025, to March 31, 2026. Key points addressed include the clarification of service hours across various facilities, confirmation on the availability and provision of waste and recycle containers, and specifications regarding security requirements for personnel. The amendment emphasizes the necessity for contractors to comprehend and meet all aspects of the statement of work (SOW), including janitorial service frequency and definitions of cleaning tasks. The document maintains that, aside from the changes detailed in the amendment, all other terms and conditions remain unchanged, highlighting the importance of vendor acknowledgment prior to the submission deadline. Overall, the amendment aims to ensure clarity in expectations and responsibilities for both the FAA and participating vendors regarding the janitorial service contract.
    The document serves as a Request for Offer (RFO) for janitorial services by the Federal Aviation Administration (FAA) for multiple locations within the Washington District. The contract engages the selected contractor to provide comprehensive janitorial services, adhering to specified scope and wage determinations. The period of performance spans from April 1, 2025 to March 31, 2030, including options for up to four additional years. Key instructions emphasize the need for bidders to propose pricing for all locations outlined in the accompanying Statement of Work (SOW). The contract stipulates compliance with the Service Contract Labor Standards, requiring that service employees be compensated according to the Department of Labor's wage determinations. Moreover, bidders must provide contact details for inquiries and adhere to strict communication protocols outlined by the contracting officer, including submission timelines for questions and proposals. The document delineates the necessary facilities for performance, evaluations, and inspections expected by the FAA, underscoring the importance of adherence to federal regulations and labor laws. Moreover, there are clauses regarding owner changes, insurance provisions, and contractor responsibilities which ensure proper management and service continuity crucial for governmental operations. Overall, this RFO exemplifies the FAA's structured approach to procure essential functional services while ensuring compliance with federal contracting laws.
    The document appears to be a corrupted or unreadable file, lacking any coherent text or information. It doesn't present any clear topic, key ideas, or supporting details relevant to government RFPs, federal grants, or state/local solicitations. Consequently, it is not feasible to summarize or analyze content for its purpose or context. Without any discernible content or structure, no meaningful summary can be extracted from this document. It may require retrieval or repairs to provide a relevant summary.
    The Federal Aviation Administration (FAA) requests janitorial services for its operational facilities, detailing essential requirements in a comprehensive Statement of Work (SOW). The contractor is responsible for providing personnel, tools, and materials to meet the specified cleaning standards across various site locations. Key elements include a Quality Control Plan to ensure compliance, a designated Contract Manager for oversight, and protocols for safety, personnel training, and physical security. The scope of work encompasses tasks such as waste disposal, surface cleaning, restroom maintenance, and care of operational areas, with specific standards outlined for each task. The contractor must maintain cleanliness and prevent contamination while ensuring no interference with FAA operations. The Government will furnish certain equipment and utilities, but the contractor must supply consumables and specific cleaning equipment. Overall, this contract aims for a structured approach to maintaining the cleanliness of FAA facilities, prioritizing safety, efficiency, and readiness in operational areas in accordance with federal standards and regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.