DFAS-CO Exterior Window Cleaning Services
ID: HQ042325QE0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Finance and Accounting Service (DFAS) is seeking proposals for exterior window cleaning services at its facility in Columbus, Ohio, under solicitation number HQ042325QE031. The contract, valued at approximately $22 million, requires semi-annual cleaning of all exterior windows of a seven-story building, with a performance period from April 1, 2025, to March 31, 2030, and options for extensions. This procurement emphasizes compliance with federal labor standards, including wage determinations, and aims to engage small businesses, particularly those owned by women, in fulfilling government service needs. Interested vendors must submit their proposals by March 13, 2025, after attending a mandatory site visit on March 6, 2025; for further inquiries, they can contact Patricia Pennington at patricia.pennington2.civ@mail.mil or Brent Lehrke at brent.l.lehrke.civ@mail.mil.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for exterior window cleaning services at a seven-story commercial building operated by the Defense Finance and Accounting Service (DFAS) in Columbus, Ohio. Solicitation number HQ042325QE031 is open for proposals as a Request for Quotation (RFQ), with a focus on full and open competition under NAICS 561720. The anticipated contract duration extends from April 1, 2025, to March 31, 2030, with mandatory site visits scheduled for March 6, 2025. Quoters must be U.S. citizens to access the site. Proposals must include a technical approach narrative, project manager resume, and firm fixed price quotes detailing costs for both base and option periods. Selection criteria emphasize a Lowest Price Technically Acceptable (LPTA) approach, requiring compliance with technical requirements, safety regulations, and project manager qualifications. The proposal process mandates that submissions are sent by March 13, 2025, with specific guidelines on formatting and content. This RFQ underscores the government’s commitment to ensuring quality services through secure contracting practices while facilitating small business participation in federal projects.
    The document outlines the Performance Work Statement (PWS) for exterior window cleaning services at the Defense Finance and Accounting Service (DFAS) Columbus Center, emphasizing management, supervision, and safety protocols. The contractor must clean all exterior windows semi-annually, ensuring minimal disruption to operations. Key responsibilities include verifying dimensions, providing necessary equipment and supplies, training employees in safety protocols, and reporting hazards to the Contracting Officer's Representative (COR). The contract entails keeping windows free of stains and smudges, managing debris, and utilizing approved tools. Safety measures highlight the use of harnesses and secure cleaning methods, particularly for high-rise operations. All work must adhere to local, state, and federal regulations, with a quality control program to maintain service standards. The period of performance is one year with four option periods, and the contractor must coordinate access procedures for working within a secured federal facility. Payment is via the Prompt Payment Act, and adherence to established security and operational protocols is mandated. This PWS ensures that the government receives reliable and safe window cleaning services in compliance with federal standards.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates for various occupations in specified Ohio counties. It establishes minimum wage requirements based on Executive Orders 14026 and 13658, mandating contractors to pay covered workers at least $17.75 per hour for contracts after January 30, 2022, or $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The determination outlines specific wage rates for numerous job classifications, including administrative, automotive, health, and technical occupations, as well as fringe benefits expectations—such as healthcare and paid time off. The document also addresses paid sick leave requirements under Executive Order 13706, ensuring that eligible employees receive paid sick leave based on hours worked. Additionally, it emphasizes the necessity for contractors to conform any unlisted job classifications to ensure equitable wages. This document plays a crucial role in ensuring compliance with federal labor standards, directly impacting federal contracting frameworks while protecting worker rights and maintaining fair labor practices.
    The document concerns the RFP HQ042325QE031 for exterior window cleaning services of a specified building. Key information includes that the building has a first-floor perimeter of approximately 2600 linear feet and a maximum window height of 107 feet. Only the exterior window surfaces are to be cleaned, and the building lacks structural anchors to support scaffolding, as noted in the Performance Work Statement (PWS). A request for a photograph of the building is acknowledged, although the response does not include the image itself. This information is essential for potential contractors to assess the scope and feasibility of their proposals. The document serves as an initial Q&A for interested vendors, establishing clear operational expectations for the awarded contract while guiding them through key project requirements.
    The Defense Finance and Accounting Service (DFAS) is issuing a Request for Quotation (RFQ) for exterior window cleaning services at its Columbus, Ohio facility. The total contract value is estimated at $22 million and encompasses spring and fall cleaning services from April 2025 through December 2029, with optional extensions until 2030. Vendors must submit a technical approach narrative, a project manager resume, and participate in a mandatory site visit on March 6, 2025. Questions regarding the RFQ are to be submitted by March 7, 2025, and quotes are due by March 13, 2025. The contract will be awarded as a Firm Fixed Price order, with details pertaining specifically to service delivery outlined in the attached Performance Work Statement (PWS) and wage determinations. Additionally, the document specifies the process for submitting payment requests through the Wide Area Workflow (WAWF) system. Contractors must adhere to various federal regulations and clauses, including those relating to small business set-asides, whistleblower rights, and employment standards. This RFQ reflects the government's commitment to engage women-owned small businesses for its service needs, aligning with federal initiatives designed to bolster diversity and equity in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DFAS LIMESTONE - Custodial
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking quotations for custodial services at its facility in Limestone, Maine, under a 100% Small Business Set-Aside initiative. The contract encompasses a base year with four optional renewal years, aiming to provide comprehensive cleaning services while adhering to military standards and security protocols. This procurement is significant for maintaining a clean and safe environment within government facilities, with an estimated total award amount of approximately $18 million. Interested vendors must submit their quotations by 3 PM ET on March 12, 2025, and direct inquiries to Laura B. Price at Laura.B.Price7.civ@mail.mil or by phone at 614-701-3929, with a mandatory site visit scheduled for February 21, 2025.
    S299--Window Cleaning Services for VA Southern Nevada Health Care System (VASNHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide semiannual window cleaning services for the VA Southern Nevada Health Care System (VASNHCS). The procurement aims to ensure high-quality cleaning of various facilities, including the main medical center and multiple clinics, adhering to strict safety and quality standards as outlined in the attached draft Statement of Work (SOW). This service is crucial for maintaining a clean and safe environment for patients and staff, reflecting the VA's commitment to facility maintenance. Interested contractors must submit their responses, including company information and capabilities, to Contract Specialist Tim Smith via email by 2:00 P.M. PST on February 5, 2025, with the applicable NAICS code being 561720 and a small business size standard of $22 million.
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for janitorial services at the Moffett Field Air National Guard Base in California under the contract titled "129 CEF - Base Janitorial Services." The contract, valued at up to $22 million, requires the contractor to provide comprehensive custodial services across various designated areas within multiple buildings, ensuring adherence to cleanliness standards and operational protocols critical for maintaining a safe working environment for Air National Guard personnel. This initiative underscores the government's commitment to outsourcing facility management while promoting compliance with federal labor standards, including wage determinations that mandate a minimum hourly wage of $17.75 for workers. Interested contractors should direct inquiries to CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil, with proposals due by March 6, 2025.
    Exterior Power Washing Services
    Buyer not available
    The Department of Defense, specifically the Marine Corps Training and Education Command (TECOM), is soliciting proposals for exterior power washing services for Daly Hall at Marine Corps Base Quantico, Virginia. The contract, designated under Notice ID M00264-25-Q-0066, is a Total Small Business Set-Aside, emphasizing the government's commitment to enhancing opportunities for small businesses in federal contracting. The selected contractor will be responsible for maintaining the building's professional appearance through environmentally friendly cleaning methods, with work scheduled on weekends to minimize disruption. Proposals are due by March 10, 2025, and interested vendors can direct inquiries to Kellie Holley at kellie.holley@usmc.mil or Paul Silva at paul.r.silva.civ@usmc.mil for further information.
    DFAS-IN Shredding Service
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking quotations for onsite shredding services to securely destroy sensitive government materials in Indianapolis, Indiana. The procurement involves a firm fixed-price contract for a base year starting March 14, 2025, with four additional option years, requiring the contractor to provide 90 lockable 95-gallon shred bins and perform biweekly pickups while adhering to federal regulations such as the Privacy Act of 1974. This service is crucial for ensuring data security and compliance with government standards, particularly in protecting confidential information from identity theft. Interested vendors must submit their quotations by 11:00 a.m. ET on March 7, 2025, and direct inquiries to Veronica C. Hay at Veronica.C.Hay.civ@mail.mil or by phone at 614-701-2739.
    B46 Window Repair
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the B46 Window Repair project at the Defense Supply Center Richmond in Virginia. The project involves the removal and replacement of exterior rubber window seals and inspection of caulking to prevent water intrusion, with a firm-fixed price contract expected to be awarded to the lowest priced, technically acceptable offeror. This procurement is set aside for small businesses within a 120-mile radius of the facility, emphasizing the importance of compliance with federal regulations and safety standards throughout the project. Interested contractors must submit their proposals by February 4, 2025, and can direct inquiries to Nic Mace at nicholas.mace@dla.mil or Kyle Gregory at kyle.gregory@dla.mil.
    Z1AZ--Window Washing and Resealing Building B38
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for exterior window washing and resealing services at the James A. Haley Veterans Hospital in Tampa, Florida, under solicitation number 36C24825Q0371. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide comprehensive cleaning and resealing of windows in Building B38, adhering to specific safety and compliance standards. The contract emphasizes the importance of maintaining high service quality in federal facilities while supporting veteran-owned businesses, with a base period of performance extending until January 31, 2026. Interested parties must submit their quotes by March 6, 2025, at 3:00 PM EST, and can direct inquiries to Contract Specialist Walida Moore-Saintil at Walida.MooreSaintil@va.gov or by phone at 813-631-2856.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    FA301625Q6048 - Carpet Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide carpet cleaning services for buildings 2167 and 2169 at Fort Cavazos, Texas, under the solicitation FA301625Q6048. The contract encompasses comprehensive carpet cleaning tasks, including inspection, pre-vacuuming, sanitizing, and steam cleaning, with a focus on maintaining high standards of cleanliness due to the presence of high-profile visitors. This total small business set-aside contract is expected to span five years, with quotes due by March 14, 2025, and will be evaluated based on technical acceptability and cost. Interested vendors should contact Colten Paynter at colten.paynter@us.af.mil for further details and ensure compliance with the Service Contract Act wage determinations.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.