Custodial Services for Jonathon Dickinson MTA
ID: FA252124QB014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Defense requires custodial services for the Jonathan Dickinson Missile Tracking Annex (JDMTA) in Tequesta, Florida. The primary goal is to maintain a high level of cleanliness and hygiene across the facility's administrative, restroom, and breakroom spaces. Custodial staff, equipment, and materials must be provided by the successful contractor, ensuring fortnightly and monthly cleaning rotations for various areas. Emphasizing a professional appearance and compliance with labor laws, the contract holds a value of approximately $679,000 for the initial 12-month term. With a mandatory site visit scheduled for August 2nd, interested parties must submit their proposals by August 12th, 2024, at 3:00 PM EDT.

    Files
    Title
    Posted
    The primary objective of this Combined Synopsis/Solicitation (FA252124QB014) is to procure non-personal custodial services for the Jonathan Dickinson Missile Tracking Annex (JDMTA) Facility in Tequesta, Florida. The facility requires comprehensive cleaning and maintenance services to uphold a professional and sanitised appearance. The contract, likely a firm-fixed-price arrangement, seeks a vendor to supply the necessary personnel, equipment, and materials for these custodial services over a base period of 12 months, with four optional extension years. The scope entails routine cleaning tasks, including provision of labour, equipment, and supplies like mops, buckets, brooms, and buffers. The contractor must adhere to local, state, and federal regulations and JDMTA policies, maintaining prescribed standards outlined in the Performance Work Statement. The work breakdown structure includes four equally important CLINs, representing the four optional extension periods, each spanning 12 months. Offerors are instructed to electronically submit their quotes by 3:00 P.M. EDT on 12AUG24, addressing the evaluation criteria which emphasise technical acceptability, pricing, and past performance. A mandatory site visit is scheduled for 02AUG24, and offerors must submit requests for security clearances by 26JUL24. This procurement process is subject to numerous FAR and DFARS clauses, primarily focused on contract administration, labour laws, and security requirements. Notably, it includes a provision for potential six-month extensions and encourages offerors to submit multiple offers with alternative terms. The government emphasises that funds are currently unavailable, which may impact the timing of any potential award.
    The government agency seeks to procure custodial and janitorial services for various spaces, totaling approximately 8934 square feet in area. The main objective is to maintain these areas, including trash collection and general cleaning. This involves frequent cleaning of categories 1 and 2 spaces, covering a combined total of 1344 square feet, with a focus on high-quality standards. The scope of work involves routine tasks such as dusting, mopping, and trash removal, requiring a consistent presence. The contract is likely to be divided into multiple lots, with vendors responsible for specific areas, given the total square footage involved. Each vendor would commit to regular, specified visits to their assigned locations. The agency indicates a preference for experienced vendors who can provide a comprehensive range of cleaning services, catering to their specific requirements. The evaluation of proposals will heavily weigh factors such as service quality, with past performance and references holding significant importance. Cost is also a consideration, although the focus is on finding a balance between quality and affordability. No specific contract details or timelines are provided, although the nature of the requirements suggests a long-term agreement with regular, ongoing services. Vendors would need to submit detailed proposals by a yet-to-be-determined deadline to be considered for these custodial contracts.
    The United States Space Force seeks a contractor for custodial services at the Jonathan Dickinson Missile Tracking Annex (JDMTA) in Florida. The primary objective is to maintain a clean and professional appearance throughout JDMTA's facilities, encompassing administrative areas, restrooms, and breakrooms. The contractor is responsible for providing personnel, equipment, and materials to meet this goal. Category 1 areas require fortnightly maintenance, including floor upkeep, ash tray cleaning, and drinking fountain disinfection. Carpeted spaces and breakrooms demand monthly vacuuming and spot cleaning. Category 2 restrooms mandate twice-weekly thorough cleaning, disinfection, and supply restocking. Emphasizing cleanliness and hygiene, this service extends to trash removal and the provision of consumables. The contract, valued at approximately $679,000, is expected to run for one year, with options for extensions. Proposals will be evaluated based on price and past performance, with the latter focusing on quality control, supervision, and customer satisfaction. Key dates and other administrative details are redacted.
    The file FA252124QB014 outlines a forthcoming custodial service contract for a government facility. It records questions and answers regarding the procurement process, covering topics like contractor notification for cleaning, the companies that attended the site visit, employee demographics, and logistics for the incoming contractor. The government seeks to commence the contract by October 1st and emphasizes the need for background checks and security clearances for the incoming personnel. The Q&A session also reveals details about the facility's preferences for timing and days of cleaning, as well as specific product information like the type of air freshener used.
    The primary objective of this Combined Synopsis/Solicitation (FA252124QB014) is to procure non-personal custodial services for the Jonathan Dickinson Missile Tracking Annex (JDMTA) Facility in Tequesta, Florida. The facility requires comprehensive cleaning and maintenance services to uphold a professional and sanitised appearance. The contract, likely a firm-fixed-price arrangement, seeks to award these services for a base period of 12 months, with four optional extension years. The scope entails the vendor supplying all necessary personnel, equipment, and materials to perform the custodial services, adhering to specified standards and local, state, and federal regulations. The work statement outlines tasks such as mopping, brooming, and buffering for various areas within the facility. Offerors are expected to submit their best terms upfront, although the government reserves the right to conduct post-submission discussions. Evaluation of proposals will consider three key factors: technical acceptability, pricing, and past performance. Technical acceptability will assess whether the offer conforms to the submission requirements and the Performance Work Statement's minimum standards. The pricing evaluation will determine the reasonableness of the proposed rates, and past performance will be evaluated through relevant databases. Critical dates include the mandatory site visit on 2 August 2024 and the submission deadline on 12 August 2024 at 3:00 PM EDT. Offerors must also be aware of the contract's potential commencement date and plan accordingly. Prospective vendors should carefully review the solicitation's terms and conditions, incorporating clauses from the FAR, DFARS, and AFFARS. These contain important provisions regarding contract conditions, labour standards, and security requirements.
    The U.S. Department of Labor's Employment Standards Administration seeks to procure a comprehensive range of services through the Service Contract Act. This act covers various occupations, including administrative support, automotive services, food preparation, health care, information technology, and personal needs jobs. The goal is to ensure compliance with labor laws, including minimum wage requirements. Executive Order minimum wage rates, which vary based on the contract's start date, are featured, with annual adjustments. Additionally, the procurement outlines detailed wage rates and benefits for specific occupations, such as administrative assistants, nurses, IT specialists, and firefighters, among many others. Contractors must provide paid sick leave and adhere to holiday and vacation provisions. The process involves conformance requests for unlisted occupations, ensuring a fair relationship with listed classifications. This procurement aims to safeguard workers' rights and improve labor standards by defining clear requirements for contractors working on federal service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Fort Stewart Custodial Services
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for custodial services at Fort Stewart, Georgia, under a total small business set-aside contract. The primary objective is to provide a comprehensive custodial program for the Fort Stewart Community Schools and the Community Superintendent’s Office, ensuring a clean and safe environment without disrupting school operations. This contract encompasses various services, including floor maintenance, lavatory services, and cafeteria cleaning, across multiple facilities, with a projected performance period from February 1, 2025, to January 31, 2030. Interested contractors should contact Marina Porter at marina.porter@dodea.edu or Tammy D. Lopez at tammy.lopez@dodea.edu for further details, and are encouraged to review the solicitation documents for submission guidelines and requirements.
    CUSTODIAL SERVICE AT MARINE CORPS INSTALLATIONS (MCI-PAC) CAMP SMEDLEY D. BUTLER, OKINAWA, JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for custodial services at Marine Corps Installations Pacific (MCI-PAC) located at Camp Smedley D. Butler in Okinawa, Japan. The procurement aims to ensure comprehensive janitorial services that maintain cleanliness and hygiene standards across the installations. These services are crucial for supporting the operational readiness and quality of life for personnel stationed at the facility. Proposals are due by September 19, 2024, at 10:00 AM Japan Standard Time, and interested parties can contact Tomomi Yokoda at tomomi.yokoda2.ln@us.navy.mil or Kimberly Groce at kimberly.d.groce.civ@us.navy.mil for further information.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services for the Repair and Supply Base located in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The contract will encompass a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing across multiple buildings, with government-supplied materials such as paper products and soap. This procurement is crucial for maintaining high standards in facility management and ensuring contractor accountability, with a performance period set from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to the wage determinations established under the Service Contract Act, ensuring compliance with minimum wage standards.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    Williston - Admin and T&E Janitorial
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business contractors for the "Williston Project Admin and T&E Janitorial Cleaning" service in Williston, North Dakota. This procurement involves a fixed-price, performance-based service contract that requires the contractor to provide all necessary labor, supervision, personal protective equipment (PPE), supplies, equipment, and transportation for janitorial services at the Administration and T&E Buildings. The contract is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive working environment for personnel. Interested parties should note that the solicitation is expected to be issued on or about September 6, 2024, with a closing date around September 20, 2024. For inquiries, contact Jacob Thomas at jacob.j.thomas@usace.army.mil, and ensure registration in the System for Award Management (SAM) is completed to access solicitation documents.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    B729 Duct cleaning
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for duct cleaning services at Building 729. The project involves cleaning and sanitizing various HVAC components, including air handler units, metal ducts, and powered induction units, with a performance period of 90 days post-award. This initiative is crucial for maintaining air quality and operational efficiency within military facilities, ensuring compliance with local, state, and federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can direct inquiries to Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Bartlett Experimental Forest Janitorial Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a janitorial contract at the Bartlett Experimental Forest in New Hampshire. The contract requires the provision of custodial services for three government-owned facilities, including a lab/conference building and two quarters buildings, for a base period of one fiscal year with the option to extend for four additional years. This procurement is crucial for maintaining cleanliness and operational efficiency within the facilities, ensuring a conducive environment for research and administrative activities. Proposals are due by September 16, 2024, at 5:00 PM ET, and interested vendors must register in SAM.gov and are encouraged to attend a site visit on September 10, 2024. For further inquiries, vendors can contact Gayle Geiger at gayle.geiger@usda.gov or call 470-705-0968.