Janitorial-Elko, NV
ID: 697DCK-25-R-00005Type: Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    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.

    Point(s) of Contact
    Melinda Davis, Contracting Officer
    Melinda.Davis@faa.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for janitorial services at the Elko System Support Center (EKO SSC) in Elko, Nevada, initiated by the Federal Aviation Administration (FAA). The contract encompasses a base period of one year, starting January 1, 2025, with the possibility of four one-year options, extending to December 31, 2029. It specifies the contractor's responsibilities, including providing all labor, materials, equipment, and supervision required for janitorial services. It also highlights that proposals will be evaluated based on pricing, compliance with the service contract labor standards, and technical capability. Key details include the solicitation timeline with important dates for site visits and submission deadlines, as well as clauses related to wage determination under the Service Contract Act. Offerors must be registered in the System for Award Management (SAM) and are required to provide comprehensive pricing for each contract line item. The document emphasizes adherence to labor laws, the prohibition of contributions to influence federal actions, and mandates reporting on veteran employment. Overall, the RFP aims to secure efficient and compliant janitorial services for the FAA facility while ensuring transparency and adherence to federal contracting standards.
    The document outlines the Statement of Work (SOW) for Janitorial Services required for Federal Aviation Administration (FAA) operational facilities. It details the scope of work, which includes providing all personnel, equipment, and materials necessary to maintain cleanliness across specified sites. Key responsibilities include quality control, physical security protocols, and adherence to safety measures while operating within FAA facilities. The document emphasizes the importance of qualified personnel, mandating the appointment of a Contract Manager responsible for overseeing daily operations. Employees must maintain a professional appearance and follow strict guidelines to ensure safety and security. Quality Control procedures are outlined to monitor performance and maintain high cleaning standards, including weekly checklists and inspection reports. Additional sections detail the specific cleaning tasks for various areas, such as restrooms, kitchens, and office spaces, along with the required frequency and cleaning methods. The Contractor is responsible for supplying cleaning materials and personal protective equipment, while the government provides utilities and designated storage spaces. This SOW serves as a crucial framework for ensuring cleanliness and operational efficiency in FAA facilities, reflecting government procurement standards for RFPs and service contracts.
    The document details the specifications for the Elko SSC Office in Elko, NV, focusing on office space usage, maintenance requirements, and restroom facilities. It outlines the types of office space available, including single occupancy and shared spaces, alongside their respective square footage. The file specifies cleanliness protocols for various areas within the facility, detailing frequencies for cleaning tasks such as dusting, mopping, and sanitizing. Beyond office spaces, it also provides information on restroom facilities, emphasizing the quantity, type, and cleaning standards required. The overall maintenance schedule is designed to ensure the premises remain hygienic and functional, aligning with government standards for public buildings. This document serves as a reference for contractors and organizations responding to RFPs relevant to facility management and maintenance within government settings, ensuring compliance with federal and local regulations. It establishes a framework for how the space should be maintained and provides clarity for potential bids on service contracts.
    The U.S. Department of Labor's wage determination document outlines minimum wage and fringe benefit requirements under the Service Contract Act (SCA) for contracts in Nevada, focusing on various occupational categories. It is crucial for contracts awarded on or after January 30, 2022, to adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the wage is set at $12.90 per hour under Executive Order 13658, unless the wage determination specifies a higher rate. The document categorizes various job titles with respective hourly rates and highlights additional benefits such as health and welfare compensation, vacation entitlements, and holiday pay. It details special provisions for occupations in need of conformance requests when job titles do not appear in the wage determination. This document serves to ensure compliance with federal wage and labor standards for contractors, facilitating contractor obligations and enhancing worker protections in federally funded projects, particularly for state and local RFPs.
    The document outlines requirements concerning contractor staffing access for federal contracts, specifically related to the Federal Aviation Administration (FAA). The purpose is to identify the access needs of potential contractors’ employees regarding FAA facilities and information systems. It specifies the necessity for contractors to provide details on the estimated number of employees per labor category, their access to FAA facilities, computer systems, and Sensitive Unclassified Information (SUI) for a defined duration. The sections categorize labor types and invite contractors to answer whether their employees require routine access or sensitive information handling. Additionally, it highlights compliance with the Paperwork Reduction Act, stating that a response is not mandatory unless valid information collection requirements are met. Overall, the document emphasizes the importance of ensuring appropriate employee access for contractors engaged in federal projects, thereby reinforcing accountability and compliance with federal regulations concerning sensitive information.
    The Customer Satisfaction Survey documents the requirements for submissions related to Solicitation # 697DCK-25-R-00005 from the Federal Aviation Administration (FAA). It specifies that only customer-provided ratings will be accepted and must be submitted directly to FAA Acquisitions by email, ensuring that no submissions come from the bidding companies. The survey compiles crucial information, including the name of the proposing company, contract details, services rendered, and annual financial figures. The survey includes a series of performance-related questions, rated on a scale from Excellent (5) to Unacceptable (1), focusing on the timeliness of services, responsiveness, problem-solving capabilities, and overall satisfaction with the contractor's performance. Each section allows for additional comments. The purpose of this survey is to collect feedback on contractors' previous performance to inform the FAA's decision-making in awarding contracts within the federal procurement process. Overall, the document emphasizes the significance of customer feedback in evaluating potential contractors' qualifications and performance history.
    Lifecycle
    Title
    Type
    Janitorial-Elko, NV
    Currently viewing
    Solicitation
    Similar Opportunities
    Puerto Rico Janitorial & Grounds
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for janitorial and grounds maintenance services at multiple facilities in Puerto Rico, with a contract period from December 1, 2024, to November 30, 2025, plus four option years. The procurement aims to ensure cleanliness and operational readiness across various FAA sites, including the San Juan CERAP and Isla Grande ATCT, which are critical for aviation operations. Interested contractors must participate in a mandatory site visit scheduled for September 17-19, 2024, with pre-registration required by September 13, 2024, and submit proposals by October 2, 2024. For further inquiries, contractors can contact Melinda Davis, Contracting Officer, at Melinda.Davis@faa.gov.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    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 360ER 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 fleet 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. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for janitorial services focused on cleaning exhaust systems at Nellis Air Force Base (AFB) in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform thorough cleaning of hood and duct exhaust systems at various food service facilities, ensuring compliance with safety and operational standards. This contract is crucial for maintaining food safety and operational readiness within military installations, with a performance period from October 16, 2024, to October 15, 2025, and the possibility of four additional option years. Interested small businesses must submit their proposals, including a completed Bid Schedule, by September 30, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.
    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.
    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 Department of Transportation, specifically 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 maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    S--JANITORIAL SERVICES,DSW MEAD SUBSTATON NEVADA
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide janitorial services for the Mead Substation located in Boulder City, Nevada. The procurement encompasses a service performance period consisting of a base year plus four option years, aimed at supporting the Western Area Power Administration's Desert Southwest Region. Janitorial services are critical for maintaining cleanliness and operational efficiency within the facility. Interested parties should note that the closing date for proposals has been extended to September 27, 2024, at 1700 MD, and an onsite visit opportunity has been added. For further inquiries, potential bidders can contact Brant M. Sylvester at sylvester@wapa.gov or by phone at 916-365-4460.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    57 MXG External Aircraft Fuel Tank Storage System (EAFTSS) Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance and repair of the External Aircraft Fuel Tank Storage System (EAFTSS) at Nellis Air Force Base, Nevada. The contract requires comprehensive preventative maintenance and emergency repairs for a system capable of storing up to 300 external fuel tanks, ensuring its safe operation year-round. This procurement is critical for maintaining the operational integrity and safety of the EAFTSS, which is essential for military aircraft operations. Interested small businesses must submit their proposals by September 17, 2024, and can contact Jessica Lavender or Rachel Tilley for further information regarding the solicitation number F3G3AA4162AQ01.