ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

FA301625Q6048 - Carpet Cleaning

DEPT OF DEFENSE FA301625Q6048
Response Deadline
Mar 21, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide carpet cleaning services at Joint Base San Antonio-Lackland, covering buildings 2167 and 2169. The contract entails a base year plus four annual options, requiring comprehensive carpet cleaning services including inspection, pre-vacuuming, sanitizing, and steam cleaning, with an emphasis on using eco-friendly products and maintaining high standards of cleanliness due to the presence of high-profile visitors. Interested contractors must submit their quotes by March 21, 2025, at 12:00 PM CDT, and are encouraged to attend a site visit scheduled for March 13, 2025, to better understand the requirements. For further inquiries, potential bidders can contact Colten Paynter or Rhyne Stroupe via their provided email addresses.

Classification Codes

NAICS Code
561740
Carpet and Upholstery Cleaning Services
PSC Code
S214
HOUSEKEEPING- CARPET LAYING/CLEANING

Solicitation Documents

12 Files
FA301625Q6048 - Carpet Cleaning.pdf
PDF594 KBFeb 27, 2025
AI Summary
The Request for Quote (RFQ) FA301625Q6048 is a solicitation for carpet cleaning services at the 67 CW HQ, effective until September 30, 2025. Interested vendors must submit their quotes by March 14, 2025, to be considered. The RFQ includes five Contract Line Items (CLINs) for carpet cleaning over five years. All quotes must cover every CLIN to be acceptable. Vendors should ensure compliance with the Small Business Administration's guidelines as this is a total small business set-aside under NAICS code 561740, with a size standard of $8.5 million. Guidelines include providing electronically an invoice via Wide Area Workflow (WAWF) and being registered in the System for Award Management (SAM). The evaluation criteria focus on technical acceptability and cost, mandating that quotes meet all specified requirements and demonstrate best value assessment. The government aims to make a single award based on a firm-fixed price to the most responsive vendor. Provisions for compliance with various regulations and clauses related to defense procurement are specified throughout the document, reinforcing the importance of meeting safety and operational standards. Overall, the RFQ outlines a structured procurement process emphasizing transparency and fairness in vendor selection.
Base Access Request Form.pdf
PDF30 KBMar 3, 2025
AI Summary
The document appears to be related to issues with displaying its content, specifically indicating that the user may need to update their PDF viewer to access the information. It provides guidance on obtaining the latest version of Adobe Reader for various operating systems. Furthermore, it acknowledges trademarks associated with major corporations such as Microsoft, Apple, and Linux. However, without the actual content of the requested government file, the specific purpose, key ideas, and details regarding federal grants, RFPs, or local proposals cannot be identified or summarized. Therefore, it's crucial to obtain the correct document for a thorough analysis of its main topic and supporting details.
FA301625Q604801.pdf
PDF597 KBMar 10, 2025
AI Summary
The document is a Request for Quote (RFQ) FA301625Q604801 for carpet cleaning services at the 67th Civilian Wing headquarters. The RFQ is open for quotes until March 14, 2025, for both base and option years, spanning until September 30, 2025. Interested vendors must provide quotes for all Contract Line Item Numbers (CLINs) to be considered. This RFQ is a total small business set-aside, requiring participation exclusively from small businesses defined under NAICS code 561740. Key requirements include submitting questions by March 7, 2025, and attending a site visit on March 11, 2025, at Joint Base San Antonio. Registration with the System for Award Management (SAM) is mandatory, and proposals will be evaluated based on technical acceptability and reasonable pricing, with the best value determined from total evaluated price rankings. The document also includes provisions and clauses regarding compliance requirements, invoicing procedures via Wide Area Workflow (WAWF), and outlines responsibilities related to the submission of certifications and representations. The significance of this RFQ lies in government procurement practices aimed at ensuring competitive and fair contracting processes that prioritize small business participation.
SOW Carpet Cleaning_67CW_BLDG 2167_2169.pdf
PDF82 KBMar 11, 2025
AI Summary
The 67th Cyberspace Wing at Joint Base San Antonio-Lackland seeks an annual contract for carpet cleaning in buildings 2167 and 2169, comprising approximately 23,048 square feet. The contractor is responsible for all aspects of carpet cleaning, including inspection, pre-vacuuming, pretreatment, sanitizing, steam cleaning, and grooming. Due to security clearance requirements, contractor personnel must be escorted in Sensitive Compartmented Information Facilities. The work is expected to maintain or improve the facilities’ condition, with all operations occurring outside standard duty hours. The contractor must handle specific cleaning techniques, using eco-friendly products and providing warranties for their work against "wick-back" stains. Additionally, the contract outlines terms for emergency spot cleaning and prohibits work during federal holidays. The performance period is five years, requiring annual cleaning by the end of the previous year's designated month. This RFP highlights the need for high standards of facility appearance due to the presence of high-profile visitors, reinforcing the importance of cleanliness in federal operations.
SCA Wage Determination 23 DEC 2024.pdf
PDF78 KBMar 11, 2025
AI Summary
The document from the U.S. Department of Labor provides a comprehensive wage determination under the Service Contract Act (SCA) for various occupational categories in specific counties of Texas. It highlights the minimum wage rates mandated by Executive Orders 14026 and 13658, which require wages of at least $17.75 and $13.30 per hour respectively for covered workers, effective in 2025 depending on the contract's award date. The report outlines wage rates for diverse occupations, including administrative support, automotive services, health occupations, and more, ensuring proper compensation based on classification. Fringe benefits such as health and welfare, paid vacation, and holidays are also specified. The document further elaborates on regulations for additional classifications not listed in the wage determination and outlines the conformance process for such workers' pay rates. This wage determination is essential for federal contractors, ensuring compliance with established labor standards and worker protections in federally funded contracts.
Base Access Request Form (1).pdf
PDF375 KBMar 11, 2025
AI Summary
The Unescorted Access Request document outlines procedures for granting access to Joint Base San Antonio (JBSA) for foreign visitors without an escort. The document emphasizes the need for security and documentation, highlighting compliance with the Privacy Act of 1974 and mandatory disclosure exemptions under FOIA. Key sections include sponsor information, access details, and guest information, requiring specific data such as the sponsor's full name, contact information, and the visitor's identification details. The document stipulates that the request must be emailed to the appropriate offices, ensuring that all foreign visitors are processed through the Foreign Disclosure Office. It also details the categories of access, the duration of visits, and the rationale for access. Non-compliance or incomplete data may lead to denial of access. The overarching purpose of this request form is to facilitate careful vetting and access control measures at JBSA, ensuring that security protocols are met for unescorted visitors. This aligns with broader government objectives of maintaining security while accommodating legitimate visitor needs at federal installations.
FA301625Q604803.pdf
PDF598 KBMar 11, 2025
AI Summary
The document is a Request for Quote (RFQ) for carpet cleaning services at specified buildings (2167 and 2169) under the management of the 67th Civil Wing, effective until September 30, 2025. It outlines the submission deadline for quotes, the requirement for small business participation, and includes several Contract Line Item Numbers (CLINs) for various service years. Suppliers must provide pricing for all CLINs to be eligible for consideration. A site visit is scheduled for March 13, 2025, with specific instructions for base access applications. The RFQ emphasizes a thorough evaluation process based on technical acceptability and pricing. Key criteria include compliance with federal contracting regulations and the need for registration with the System for Award Management (SAM). Attachments detail the scope of work and requirements for electronic invoicing. This procurement exemplifies the government's effort to source essential services from qualified small businesses while ensuring adherence to legal and regulatory frameworks.
Building 2167 2ND Floor- Carpet SQft..pdf
PDF149 KBMar 11, 2025
AI Summary
The document details the layout and specifications of Building 2167, specifically focusing on the second floor with a total carpeted area of 8,442.72 square feet. It outlines various designated office spaces including cubicles, private offices, conference rooms, and support areas, along with specific room numbers and their associated identifiers. The structure features several covered walkways and stairways, enhancing accessibility within the building. Notably, areas without carpet are also acknowledged, indicating potential maintenance considerations. This layout supports a functional work environment aimed at optimizing space usage and facilitating various work activities. The information is relevant for potential contracting opportunities aligned with government RFPs for facility management or renovation projects.
Building 2167 1ST Floor- Carpet SQft..pdf
PDF391 KBMar 11, 2025
AI Summary
The document pertains to a federal request related to Building 2167, specifically concerning its first-floor area, which measures 7,794 square feet. It indicates that this space is carpeted, while no additional carpet is specified for the remaining areas. The primary focus appears to be on outlining the specifications of the flooring within the building, which could be relevant for contractors responding to a Request for Proposals (RFP) regarding renovations, maintenance, or improvements. Further context about the building's usage, requirements for bids, or associated funding for modifications or enhancements is not provided in this brief excerpt, yet it signals the types of details that typically accompany government contracts or grants aimed at improving facility conditions. Overall, the document sets the stage for potential collaboration in managing federal or state property while adhering to compliance guidelines.
Building 2169 1ST Floor- Carpet SQft..pdf
PDF1471 KBMar 11, 2025
AI Summary
No AI summary available for this file.
Building 2169 2ND Floor- Carpet SQft..pdf
PDF493 KBMar 11, 2025
AI Summary
This document outlines the floor plan and designated uses of various rooms in a building identified as Building 2169, specifically on the 2nd floor. The total area of carpeted rooms sums up to 8,673 square feet, while non-carpeted areas include additional storage spaces totaling 29 square feet. The rooms include various types of spaces, such as conference rooms, storage areas, restrooms, and multi-purpose rooms, with square footage ranging from 26 to 1,231 square feet. The detailed layout highlights essential functionalities and allocations of space, facilitating effective usage in the context of government operations. Overall, the document serves as a strategic asset in planning and potential redevelopment efforts for the building, aligning with government standards for workspace efficiency and utility.
Site Visit Questions w Answers.pdf
PDF73 KBMar 11, 2025
AI Summary
The document outlines site visit questions related to a federal Request for Proposal (RFP) for carpet cleaning services in secured facilities. Key details address facility specifications, cleaning frequency, and contract requirements. Carpet cleaning will involve both annual services and two emergency spot cleanings, with contractors using portable cleaning equipment. Security protocols necessitate escorts for workers without the required clearance. A significant emphasis is placed on eco-friendly cleaning products, and the contractor is responsible for minimal furniture movement during cleaning. Completion of services should occur within three days after contract award, with payment processing anticipated within 30 days of invoice submission. The document underscores the importance of adhering to specifications outlined in the Statement of Work while providing precision on expectations for service execution, compliance, and reporting. This RFP highlights a structured approach to facility maintenance within government contracts, emphasizing security, efficiency, and effective communication between contractors and government representatives.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 27, 2025
amendedAmendment #1Mar 3, 2025
amendedAmendment #2Mar 3, 2025
amendedAmendment #3Mar 4, 2025
amendedAmendment #4Mar 6, 2025
amendedAmendment #5Mar 10, 2025
amendedAmendment #6Mar 10, 2025
amendedLatest Amendment· Description UpdatedMar 11, 2025
deadlineResponse DeadlineMar 21, 2025
expiryArchive DateApr 5, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3016 502 CONS CL

Point of Contact

Name
Colten Paynter

Place of Performance

Fort Cavazos, Texas, UNITED STATES

Official Sources