Janitorial Services for Multiple FAA Jacksonville District Florida Facilities
ID: 697DCK-24-R-00571Type: Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services for multiple facilities within the Jacksonville District in Florida. This procurement is a firm-fixed price contract set aside for 8(a) certified small disadvantaged businesses, with a performance period of five years, including a base year and four option years. The services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, ensuring compliance with safety and environmental standards. Interested parties must register for site visits by October 4, 2024, with proposals due by November 21, 2024, and can direct inquiries to Patricia Mogck at patricia.mogck@faa.gov or Matina Jackson at Matina.L.Jackson@faa.gov.

    Point(s) of Contact
    Patricia Mogck, Contract Officer
    (817) 222-5962
    patricia.mogck@faa.gov
    Matina Jackson, Contract Specialist
    Matina.L.Jackson@faa.gov
    Files
    Title
    Posted
    The government document comprises various requests for proposals (RFPs) and grants related to federal, state, and local initiatives. Primarily, it focuses on funding opportunities available to organizations and individuals who wish to undertake projects aligned with government objectives. Key points highlighted include eligibility criteria, application processes, deadlines, and funding limits. The document emphasizes the importance of compliance with federal regulations and guidelines to ensure successful bidding and grant execution. Furthermore, it outlines how applicants can leverage these opportunities to contribute to community development and public service enhancement. There is a clear emphasis on strategic partnerships between government entities and applicants, promoting collaboration to achieve shared goals. This document serves as a vital resource for stakeholders seeking to engage in government-funded projects, fostering accountability and encouraging proposals that align with national priorities.
    The document appears to include various discussions on governmental funding opportunities through Requests for Proposals (RFPs), federal and state grants, and local proposals. It outlines the focus on infrastructure improvements, compliance with safety and environmental regulations, and the need for systematic assessments of existing facilities or projects. The content suggests a structured approach to evaluating and executing projects that require adherence to standards, such as those concerning hazardous materials and safety protocols. Overall, the document serves as a guide for understanding the procedural and regulatory requirements involved in public sector funding and project implementation, ensuring that projects meet legal and safety standards while addressing environmental concerns.
    The document pertains to federal and state RFPs (Request for Proposals) and grants, outlining their processes, requirements, and intended purposes. It underscores the significance of RFPs in facilitating governmental funding opportunities across various sectors. Key ideas include the necessity for detailed proposals that meet specific criteria, the importance of compliance with regulations to ensure funding eligibility, and the collaborative nature of these projects that often involve multiple stakeholders, including local governments and contractors. Supporting details highlight the structured approach required in proposal submissions, emphasizing clarity, adherence to deadlines, and the need for comprehensive documentation, including project plans and risk assessments. The document also reflects the government's broader objectives of promoting transparency, accountability, and effective allocation of resources through its grant and RFP systems. Overall, it serves as a guiding framework for potential applicants to navigate the complexities of obtaining governmental support for their projects, ensuring alignment with public needs and priorities.
    The document appears to be a compilation of various governmental requests for proposals (RFPs), grants, and possibly state and local guidelines pertaining to funding and project management. The main purpose is to outline the procedural and regulatory framework necessary for entities seeking federal or state funding for initiatives. Key topics include grant eligibility, funding allocation processes, submission guidelines, and compliance with federal and state regulations. The structure likely organizes information by sections, addressing different areas such as application procedures, required documentation, and project criteria. Specific highlights include instructions on how to approach grant applications, the importance of adhering to deadlines, and potential funding impacts on local governance. There is also mention of activities eligible for funding, emphasizing the need for detailed project descriptions and justifications. Overall, the document serves as an essential resource for organizations aspiring to pursue funding opportunities, ensuring they understand the necessary steps and criteria for successful proposals while reinforcing the significance of compliance and proper project management practices in public funding processes.
    The document pertains to federal and state government RFPs (Requests for Proposals) and grants aimed at improving service quality and compliance across various initiatives. It outlines the protocols for assessing projects, such as environmental evaluations and facility upgrades, stressing the importance of adhering to safety regulations and local codes. Key topics include pre-construction assessments for hazardous materials, integration of modern mechanical systems, and ensuring compliance with health and environmental standards. The document emphasizes collaboration among engineers, architects, and contractors to achieve successful project outcomes while prioritizing safety measures and regulatory adherence. Overall, it illustrates the government's commitment to enhancing facilities and services through meticulous planning and execution of essential upgrades.
    The document concerns a set of federal and state RFPs (Requests for Proposals) relating to grants and funding initiatives. Its primary focus appears to be on providing guidelines and requirements for entities seeking financial support for various projects. Key points include eligibility criteria, submission protocols, and evaluation metrics. The document outlines the necessary documentation, timelines, and specific formats applicants must adhere to during the proposal process. Furthermore, it emphasizes the importance of compliance with federal regulations and standards, as well as the necessity for clear and measurable objectives within proposed projects. This structured approach ensures thorough assessment of potential funding opportunities, allowing for alignment with governmental priorities and effective resource allocation. Overall, the document serves as a comprehensive guide for applicants to navigate the complexities of securing grants through federal and state programs.
    The document outlines various federal and state requests for proposals (RFPs) and grants related to community and environmental initiatives. It addresses the need for collaboration among government agencies, local governments, and stakeholders to implement projects aimed at enhancing public services, infrastructure, and sustainability. Key areas of focus include the requirements for proposal submission, eligibility criteria for funding, and evaluation processes. The RFPs emphasize the importance of innovative solutions to meet local challenges, such as climate change, economic development, and public health. The document outlines the anticipated outcomes of funded projects, which include improved environmental conditions, job creation, and enhanced community engagement. Additionally, it highlights compliance with federal regulations and the necessity for transparent reporting mechanisms. This summary captures the essence of the RFPs and grants, stressing their significance in guiding government efforts to address pressing community needs while promoting accountability and effective resource management. The information is structured to facilitate understanding of submission guidelines and the overall objectives of the initiatives.
    The document outlines the Statement of Work for Janitorial Services at Federal Aviation Administration (FAA) operational facilities. It defines the contractor's responsibilities, including providing personnel, equipment, and supplies to maintain cleanliness in various designated facilities across multiple locations. Key areas of service include waste management, surface cleaning, and restroom sanitation, with specified frequency and quality standards. The contractor must establish a comprehensive Quality Control Plan, ensuring compliance with safety and operational protocols, particularly in secure areas. Personnel must adhere to security measures, including access restrictions and maintaining the integrity of FAA operations. The document emphasizes the importance of conservation practices, proper training, and regular communication with the Contracting Officer and Contracting Officer Representative. This RFP serves as a framework for ensuring high-quality janitorial services while effectively managing operational risks within government facilities, aligning with standards common in federal contracts.
    The document outlines pricing proposals for a government contract under RFP 697DCK-24-R-00008, specifying various locations in Florida including Daytona Beach, Jacksonville, Gainesville, and Orlando. Each location has a designated monthly price entry, but all sections currently reflect a total of $0.00, indicating that prices have not been finalized or submitted. The proposal comprises a Base Period from March 1, 2025, to February 28, 2026, followed by four optional renewal years extending to February 28, 2030. The structure includes location-specific pricing categories and a total contract value calculation, yet lacks concrete financial data. This indicates an initial stage in the bidding process where interested parties are expected to submit pricing proposals. The document's primary purpose is to gather proposals for services or goods related to federal funding allocations and procurement processes, ensuring compliance with requirements set forth in government contracts. Overall, the document serves as a preliminary framework for potential vendors to provide their pricing and proposals, critical for future budget considerations and contract awarding.
    The Customer Satisfaction Survey, associated with Solicitation # 697DCK-24-R-00571 for the Federal Aviation Administration (FAA), requests feedback on contractor performance from past customers. Respondents must evaluate the contractor on service completion timeliness, responsiveness, problem-solving capabilities, and overall service satisfaction, using a grading scale from excellent (5) to unacceptable (1). The survey requires the submission of specific details, including the name of the company submitting the proposal, the providing company, and a past performance contract number. It mandates that customer responses be sent directly to the FAA's Contracting Specialist, emphasizing that surveys from the bidding company will not be accepted. This process is critical in assessing the efficacy and reliability of contractors bidding on FAA projects, ensuring quality through verified customer feedback as part of broader federal procurement procedures. The survey underscores the importance of accountability and transparency in government contracting, reinforcing the FAA's commitment to service excellence.
    The document outlines the "Contractor Staffing Access Questionnaire", utilized by the Federal Aviation Administration (FAA) to ascertain the access needs of contractor employees prior to contract award. It aims to identify the necessary investigation and badging requirements by collecting key data about the workforce involved in the contract. Contractors must estimate the number of employees and provide specific information for each labor category, detailing whether employees will require regular access to FAA facilities, FAA computer systems, or Sensitive Unclassified Information (SUI). The questionnaire is designed to ensure that access protocols align with safety and regulatory standards. The estimated time for completion is approximately 25 minutes, emphasizing the importance of accurate reporting to facilitate the FAA's operational needs while complying with the Paperwork Reduction Act. Overall, this document emphasizes the FAA's commitment to security and proper vetting of contractor employees involved in federal projects.
    The document outlines a Request for Proposal (RFP) for janitorial services at various FAA facilities in Florida, specifically within the Jacksonville District. It specifies that the contractor must provide all necessary personnel, materials, equipment, and supervision for the service. The document contains detailed clauses regarding wage rate determinations, pricing structures, and compliance with service contract standards. Contractors must submit questions via email to designated FAA representatives, with a deadline for inquiries set for October 28, 2024. Optional site visits at various locations will occur from October 10 to October 18, 2024, requiring prior registration and valid identification for attendees. It is crucial that offers include pricing for each contract line item, as failure to do so may lead to rejection. The RFP emphasizes that a single award will be granted without splitting, and unbalanced pricing could cause outright rejection. The document also elaborates on the contractor's responsibilities during emergencies and outlines multiple clauses related to contract management, fiscal obligations, and communication protocols. This RFP exemplifies standardized federal contracting procedures, ensuring compliance with established government regulations and policies for the delivery of essential services.
    Lifecycle
    Similar Opportunities
    DFW District Janitorial Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services across multiple locations within the Dallas-Fort Worth District. The contract, which is set aside for 8(a) certified businesses, requires comprehensive cleaning services at various FAA operational facilities, including air traffic control towers and regional terminals, with a performance period from January 1, 2025, to December 31, 2029. This procurement is critical for maintaining cleanliness and operational readiness in aviation infrastructure, ensuring compliance with health and safety standards. Interested offerors should contact Marshavia Clark at marshavia.clark@faa.gov for further details, and must adhere to the submission guidelines outlined in the Request for Proposal (RFP) documents.
    Janitorial-Elko, NV
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Elko System Support Center (EKO SSC) located in Elko, Nevada. The procurement is a firm-fixed price contract with a base period of performance from January 1, 2025, to December 31, 2025, and includes four optional one-year extensions. This contract is crucial for maintaining cleanliness and operational efficiency within FAA facilities, ensuring compliance with federal standards for service contracts. Interested contractors must register for a site visit by September 26, 2024, and submit their proposals by October 24, 2024. For further inquiries, potential bidders can contact Melinda Davis at Melinda.Davis@faa.gov or Darnell Shelton at darnell.a-ctr.shelton@faa.gov.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a Total Small Business Set-Aside, requires the contractor to provide comprehensive landscaping services, including routine lawn care and maintenance across multiple FAA facilities, with a performance period starting December 1, 2024, and extending through November 30, 2029, covering one base year and four option years. This procurement is crucial for maintaining the operational integrity and aesthetic standards of FAA facilities, with an estimated total contract value between $250,000 and $300,000 over the five-year period. Interested parties should direct inquiries to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, adhering to National Fire Protection Association standards and local regulations. This contract is vital for maintaining safety and operational integrity at these aviation facilities, with a performance period set from October 1, 2024, to September 30, 2029, and an option for four additional years. Interested contractors must submit their proposals via email by October 11, 2024, and can direct inquiries to Randie Thornton at randie.n.thornton@faa.gov or call 817-222-4189.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Air Traffic Control Tower (GNV ATCT) in Gainesville, Florida. The project aims to enhance site accessibility and functionality, including the installation of new infrastructure such as a gravel base, asphalt pavement, concrete sidewalks, and a loading dock, while ensuring compliance with federal standards and safety protocols. This initiative is funded by the Bipartisan Infrastructure Law (BIL), with an anticipated contract value between $250,000 and $500,000, and requires contractors to submit proposals by the specified deadline following a site visit scheduled for October 2, 2024. Interested parties can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    North Florida Regional HW Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the North Florida Regional Hazardous Waste Removal contract (SP450024R0021). This procurement involves the removal, transportation, and disposal of government-generated hazardous and non-hazardous wastes from military installations in North Florida and within a 50-mile radius. The contract is critical for ensuring compliance with environmental regulations and safe waste management practices, reflecting the government's commitment to responsible hazardous material disposal. Proposals are due by 1500 EST on October 24, 2024, and should be submitted via email to Michelle Watson at Michelle.Watson@dla.mil. Interested parties are encouraged to review the attached documents for detailed requirements and guidelines.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    USCG KETCHIKAN ALASKA JANITORIAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for janitorial services at Base Ketchikan, Alaska, with an anticipated contract start date in January 2025. The contractor will be responsible for maintaining clean and sanitary conditions in government buildings, employing a tailored labor mix and management structure based on historical data, while adhering to federal and state compliance regulations. This procurement emphasizes the use of eco-friendly materials and qualified personnel, ensuring safety and regulatory compliance throughout operations. Interested parties must submit their proposals to Deno Stamos at deno.a.stamos@uscg.mil before the specified deadline to be considered for the award.