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 Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking proposals for exterior window cleaning services at its facility in Columbus, Ohio. The contract will cover semi-annual cleaning of all exterior windows, with specific safety protocols and operational guidelines outlined in the Performance Work Statement. This procurement is crucial for maintaining the facility's appearance and safety standards, with an estimated total contract value of $22 million over a performance period from April 2025 to March 2030, including optional extensions. Interested vendors must submit their proposals by March 13, 2025, and can direct inquiries to 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 document addresses the solicitation HQ042325QE031 for exterior window cleaning services at the DFAS building. It includes a series of questions and responses that clarify specific aspects of the contract. Key points include that the contract covers only exterior cleaning and does not include the DLA building or interior services. The cleaning must comply with safety regulations; thus, the use of lifts, drones, or roof anchors is prohibited due to safety and regulatory concerns. The contractor is required to use approved portable rolling rigs and OSHA-sanctioned rappelling services. The cleaning is restricted to weekdays within the standard hours of 8:00 AM to 3:00 PM, with potential extensions up to 6:00 PM, and no weekend work is permitted. The response also includes information about the previous contract's performance and its award value of $190,000. Overall, the document serves to inform prospective bidders about the requirements and constraints of the window cleaning contract, ensuring compliance with safety and operational guidelines during the proposal process.
    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.
    This document is an amendment to a federal solicitation, extending the deadline for offer submissions and detailing changes and updates related to the contract process. It outlines protocols for acknowledging the amendment, including options for contractors to verify receipt either through returned copies or electronic communication. The amendment indicates the addition of a new attachment, specifically "Attachment 5 Questions and Responses 2," while confirming that all other terms and conditions remain unchanged. The amendment is issued by the Defense Finance and Accounting Service in Columbus, OH, and does not require a signature from contractors. It serves to ensure clarity in the solicitation process and maintain effective communication between the government and potential offerors, thereby facilitating a transparent procurement procedure. Overall, this amendment underscores the procedural framework for handling solicitations and modifications within government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    FY23 Virtualization Hyperconverge Maintenance
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    25--PUMP,WINDOW WASHER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of window washer pumps, specifically NSN 2540013859031, with a total quantity of 2,691 units required for delivery within 80 days after order. This procurement is critical for maintaining vehicular equipment components, ensuring operational readiness for military vehicles. The contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of 403 units. Interested vendors should submit their quotes electronically and direct any inquiries to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.