Waste Collection Services at Miami and Tamiami Air Traffic Control Towers in Miami, FL
ID: 697DCK-25-R-00181Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide waste collection services at the Miami and Tamiami Air Traffic Control Towers in Miami, Florida. The procurement involves the provision of all necessary labor, materials, and equipment for effective waste management, including the use of designated collection containers and adherence to local regulations. This service is crucial for maintaining operational efficiency and compliance with federal standards at these aviation facilities. Interested contractors must submit their proposals by March 27, 2025, at 5:00 PM ET, and can direct inquiries to Anna F. Glover at Anna.F.Glover@faa.gov.

    Point(s) of Contact
    Anna F. Glover
    Anna.F.Glover@faa.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Federal Aviation Administration (FAA) for waste collection services at two Miami Air Traffic Control Towers (MIA ATCT and TMB ATCT) covering a performance period from May 1, 2025, to April 30, 2030. The solicitation includes several key points: the services requested include providing all necessary labor, materials, and equipment, with pricing structured on a monthly and yearly basis per tower. Specific performance requirements, site visit details, and instructions for submitting inquiries or proposals are provided. The regulations governing the proposal stress the importance of compliance with established contract clauses, insurance requirements, and prompt submission of pricing for each contract line item. Offerors are reminded to adhere to deadlines, including for proposal submissions and requests for clarification. The document emphasizes that collaborative communication is vital, as questions must be submitted via email to the Contracting Officer. Overall, this RFP seeks to ensure efficient waste management services while adhering to federal procurement guidelines, prioritizing quality and compliance with regulatory standards.
    The document outlines an amendment to a government solicitation regarding waste collection services at the Miami and Tamiami Air Traffic Control Towers. The amendment, designated as Amendment 0001, is effective from March 5, 2025, and includes revisions to the solicitation’s Statement of Work and contract clauses. Key changes include the incorporation of a Question and Response (Q&R) document, an update to the acceptance period for offers to a minimum of 60 calendar days, and the removal of specific clauses from the contract. Notably, the proposal due date has been extended to March 27, 2025, at 5:00 PM ET, with provisions for electronic submission via email to the designated contracting officer. Adherence to the new terms is essential for potential bidders, as offers must acknowledge this amendment to avoid rejection. This document serves to inform contractors of significant changes to ensure compliance and facilitate the ongoing procurement process.
    The document is an amendment of a solicitation pertaining to waste collection services at the Miami and Tamiami Air Traffic Control Towers (ATCTs) in Miami, Florida. It serves to modify and extend the solicitation for additional line items, specifically the requirement for 20-cubic yard containers on an as-needed basis. The amendment establishes new deliverables (Items 00011 to 00015) for the base year and subsequent option years, with periods ranging from May 1, 2025, to April 30, 2030. Each item specifies the provision of containers three times a year, with costs to be determined by contractors. The document emphasizes that contractors must acknowledge the amendment to avoid rejection of their offers and outlines the necessary administrative changes to the contract, reiterating compliance with the previously revised Statement of Work. The purpose of this amendment is to ensure clarity in deliverables and expectations for contractors, reflecting the government's ongoing commitment to responding to operational needs at the ATCTs while managing waste effectively.
    The Statement of Work (SOW) outlines the requirements for waste management collection services for the Federal Aviation Administration (FAA) at two Miami locations: the Miami Air Traffic Control Tower and the Tamiami Air Traffic Control Tower. The contractor is tasked with providing all necessary labor, equipment, and materials for waste management, including the delivery of designated collection containers (10 cubic yards for Miami and 8 cubic yards for Tamiami). Waste removal will occur three times a week at Miami and twice a week at Tamiami, excluding holidays. The contractor must comply with local regulations for waste disposal and is responsible for addressing any spills or debris during service, maintaining containers, and replacing damaged items. Importantly, no tools or materials will be supplied by the government, placing full responsibility on the contractor to furnish all required items for contract execution. This SOW underscores a commitment to efficient waste management in accordance with federal standards and regulatory compliance.
    The document appears to be an encrypted or corrupted text file, making it difficult to extract specific coherent information or context related to government RFPs (Requests for Proposals), grants, or state and local RFPs. Generally, such documents outline funding opportunities, project proposals, or grant requirements tied to governmental initiatives. Typically, they include sections like eligibility criteria, funding amounts, project objectives, deadlines, and application processes to guide potential applicants. Given the context of government RFPs, the purpose of such documents is usually to solicit proposals from organizations or individuals to undertake specific projects that align with government goals. These could involve various sectors, including infrastructure, healthcare, education, or environmental initiatives. The goal is to identify capable parties to fulfill government contracts for public benefit. Due to the file's unreadable nature, no specific details or key points can be derived; thus, a coherent summary could not be generated based primarily on the existing text. For a successful analysis, a legible document would need to be provided to facilitate the examination of its main topics and purposes effectively.
    The Contractor Staffing Access Questionnaire is designed to evaluate the access needs of potential contractors’ employees for the Federal Aviation Administration (FAA) prior to contract awards. It seeks to verify the total number of employees, including full-time, part-time, and subcontractor personnel that will assist under the contract. The document outlines specific labor categories and requires detailed responses for each, including position titles, employee estimates, and their access requirements to FAA facilities, computer systems, and Sensitive Unclassified Information (SUI). The emphasis is on determining the security and investigation prerequisites necessary for contractors to ensure compliance with FAA policies. This questionnaire forms a critical component of the FAA’s procurement process, facilitating appropriate resource planning and safeguarding sensitive information during contract implementation.
    The document is a Customer Satisfaction Survey related to a proposal by a contractor submitting to a Federal Aviation Administration (FAA) solicitation. It aims to collect feedback from customers who have worked with the contractor, forming part of the evaluation of the contractor’s past performance. The survey requests ratings across several areas: overall service performance, response time to needs and complaints, problem-solving capabilities of Operations Management, and the on-site employees' service effectiveness. Each section includes a rating scale from 1 (Unacceptable) to 5 (Excellent), with space for additional comments. Respondents are instructed to complete the survey and email it directly to a specified FAA representative by a set deadline. The survey emphasizes the importance of customer feedback in assessing contractor performance, which is crucial for governmental contract evaluations, ensuring accountability and quality service delivery in federal projects.
    The file discusses the Request for Proposal (RFP) for waste collection services at Miami and Tamiami Air Traffic Control Towers (ATCTs) under solicitation 697DCK-25-R-00181. Key topics include container requirements, contract details, and waste types. Previous contracts for these services do not exist. The RFP specifies the need for 8 and 10 cubic yard containers, with one container required at each location, and outlines acceptable alternatives such as a rolled dumpster. It clarifies contract terms, stating a 5-year firm fixed price with the possibility of price adjustments due to labor cost increases. The document emphasizes adherence to a revised Statement of Work for specifics on container types, their usage, and necessary driver clearances. Additionally, it addresses contractor identification protocols with the System for Award Management. Overall, the RFP aims to ensure efficient waste management, consulting various stakeholders to meet operational requirements while maintaining compliance with regulations. This document serves as a guide for potential contractors to prepare their proposals effectively.
    The Statement of Work (SOW) outlines the requirements for waste management collection services for the Federal Aviation Administration (FAA) at two facilities in Miami: the Miami Air Traffic Control Tower and the Tamiami Air Traffic Control Tower. The contractor must provide all necessary labor, supplies, supervision, and equipment, ensuring compliance with local regulations. Specifically, each facility will require an 8 cubic yard collection container, with waste to be removed three times weekly from the Miami site and twice weekly from Tamiami. Additional requirements include immediate clean-up of spills, replacement of damaged containers, and provision of a larger 20 cubic yard container on an as-needed basis. The government will not supply tools or materials, making it the contractor's responsibility to furnish everything required for service. This SOW is part of a fixed-price contract, emphasizing waste management as a critical operational service for the FAA's Miami District Office facilities.
    Similar Opportunities
    Janitorial Service Philadelphia Air Traffic Control Tower
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Philadelphia Air Traffic Control Tower and associated facilities. The contract, which spans from May 1, 2025, to April 30, 2030, includes comprehensive cleaning requirements for various operational areas, ensuring compliance with safety and quality standards. This procurement is crucial for maintaining a clean and hygienic environment in a facility that operates 24/7, reflecting the government's commitment to operational efficiency and safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, adhering to all specified requirements, with inquiries directed to Jennifer Walker-Gomez at Jennifer.Walker-Gomez@faa.gov or Josh Haker at Josh.Haker@faa.gov.
    Integrated Waste Management FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Integrated Solid Waste Management services at Hurlburt Field, Florida. The procurement is restricted to 8(a) certified entities and aims to ensure effective waste collection and disposal, including regular pickups of municipal solid waste, construction debris, and special event waste management, with a contract duration of five years starting April 1, 2025. This initiative is crucial for maintaining a clean and safe environment for military personnel and facilities, emphasizing compliance with federal standards and efficient service delivery. Interested vendors must submit their proposals by March 10, 2025, and can contact Lauren Hook at lauren.hook@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further information.
    Elevator Maintenance, ATL ATCT, Atlanta, GA
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for elevator maintenance services at the Atlanta Air Traffic Control Tower (ATL ATCT) in Georgia. The contract requires the selected contractor to provide comprehensive maintenance for four elevators, ensuring a minimum operational availability of 97% and limiting unscheduled outages to four per year, in compliance with ASME A17.1 standards. This maintenance is critical for the operational efficiency and safety of the FAA's infrastructure, supporting air traffic control functions. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with the contract period set from April 1, 2025, to March 31, 2030. For further inquiries, potential bidders can contact Veronica L. Ransom at Veronica.L.Ransom@faa.gov or Jennifer J. Davis at Jennifer.J.Davis@faa.gov.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems and HVAC units, while ensuring minimal disruption to FAA operations and adherence to strict safety and environmental standards. The contract, estimated to be valued between $1 million and $5 million, is set aside for small businesses under the SBA guidelines, with proposals due by March 7, 2025, following a mandatory site visit on February 5, 2025. Interested contractors should contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196 for further details.
    *IIJA* ZTL Sewer Lines Refurbishment
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment of sewer lines at the ZTL Automation Basement in Hampton, Georgia. The project involves replacing approximately 75 feet of a cracked 4-inch sanitary sewer pipe to address sewage odor issues, requiring careful planning and coordination with FAA representatives to minimize disruption to facility operations. This procurement is part of a Total Small Business Set-Aside initiative, with an estimated contract value under $50,000, and proposals must be submitted by March 14, 2025, at 5:00 PM CT. Interested contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739 for further details.
    Janitorial Services
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking qualified small businesses to provide janitorial services for its Miami Field Division, located at the Miami International Airport office. The procurement encompasses a range of cleaning tasks, including daily janitorial services, bi-annual floor maintenance, and restroom upkeep for a facility of approximately 2,500 square feet, staffed by around ten employees. These services are crucial for maintaining hygiene and operational standards within government facilities, ensuring compliance with federal regulations. Interested contractors must submit their technical and price proposals by March 12, 2025, with the evaluation based on technical capability and price, and can contact Jose Marin at jose.l.marin@dea.gov for further information.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the women's restroom and men's shower area at the ZSU Combined EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    *IIJA* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract focused on corrosion control at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is critical for maintaining the integrity and safety of the facility, with a budget estimated between $50,000 and $100,000. Interested contractors must submit their proposals by March 14, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project aims to enhance operational safety and efficiency within the air traffic control environment, ensuring compliance with federal safety standards and minimal disruption to ongoing activities. The total project budget is estimated between $50,000 and $100,000, with a site visit scheduled for February 7, 2025, and proposals due by March 14, 2025. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details and to ensure compliance with submission requirements.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of the cab window washdown system at the Wilmington, NC Air Traffic Control Tower (ATCT). This project involves the removal of outdated components and the installation of a new washdown system, including a chemical surfactant tank and updated piping, with work scheduled to be completed by April 2024. The initiative is part of the airport's commitment to infrastructure improvement, ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, and must adhere to the specified requirements, including performance and payment bonds, as outlined in the solicitation documents.