Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

S -- Janitorial Services for Multiple Nashua, NH Locations

Notice Date
6/17/2025 11:07:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-00273
 
Response Due
7/8/2025 11:00:00 AM
 
Archive Date
07/23/2025
 
Point of Contact
Stephanie Pfeiff, Phone: 6514635539
 
E-Mail Address
stephanie.pfeiff@faa.gov
(stephanie.pfeiff@faa.gov)
 
Description
This Request for Proposals (RFP) is for Janitorial Services at the Boston Air Route Traffic Control Center (ZBW ARTCC), Child Care Facility (ZBW CCF), and Operation Support Facility (OSS) in Nashua, NH, to be completed as required in the Statements of Work and Frequency charts in the following attachments: J-1 � ZBW SOW J-2 � ZBW CCF SOW J-3 � ARTCC and OSS Frequency Chart J-4 � CCF Frequency Chart J-5 � Waste Management SOW This acquisition is set-aside for an 8(a) business concern. The principal North American Industry Classification System (NAICS) code applicable to this effort is: 561720 - Janitorial Services, with the size standard of $22 Million. The resulting award will be Firm-Fixed Price Contract with a base year plus four option years. Site Visits will be held on 7/1/2025. Site Visits start at 08:00 EST at 35 Northeastern BLVD in Nashua, NH 03062. Site Point of Contact: Mike Frost Site POC Phone Number: 603-879-6415 To attend the site visit, please email stephanie.pfeiff@faa.gov with the names of those attending and the name of the company they are representing no later than Thursday, June 26, 2025 by 12:00 noon Eastern Time. Each company will be limited to two (2) total attendees. Please document all your questions while at the site visit. Questions or Comments pertaining to this RFP must be submitted in written form via email to Stephanie Pfeiff, Contracting Specialist, at stephanie.pfeiff@faa.gov no later than 1400 Eastern Time on 7/2/2025. The FAA will respond publicly in writing within three (3) business days on the SAM.gov website to all potential Offerors. The source of the questions will not be identified. Questions will not be answered during the site visit. All responses must reference the solicitation number (697DCK-25-R-00273) and be submitted to the following email address: stephanie.pfeiff@faa.gov. SUBMISSION REQUIREMENTS: An Offeror must submit an offer (1 electronic copy) which includes the following items as outlined in the Business Proposal and the Technical Proposal. Any missing or insufficient items will result in a �non-responsive� determination of the entire proposal. BUSINESS PROPOSAL Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition. UEI Information is also required. Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued). Completed Contractor Staffing Access Questionnaire. A certificate of liability from your insurance company that shows you can meet the requirements identified in in Section I, AMS Clause 3.4.1-10 Insurance (Oct 2020). Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS. The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed. Socio-Economic Certifications, as applicable (e.g. SDVOS, 8(a), WOSB, etc.). TECHNICAL PROPOSAL A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract. Factor 1 � Past Experience Provide a list of at least three (3) successful janitorial contracts as the prime contractor that provided similar services within the past five (5) years. Each project must be valued at $1M or higher and of a similar size and scope as described in the Scope of Work in this solicitation. Be specific and provide details. For each project address the following points: Project Title, description and contract number Client names, phone numbers, and contact person. Dollar Value Scope of Work in detail Percentages of work subcontracted and nature of that work. Award and Completion dates. Any contractual issues or technical matters disputed, and resolution thereof. Any claims and resolution thereof (i.e., nature, number dollar value) Any relevant information that would reflect on the offeror�s ability to meet schedule constraints. The FAA reserves the right to contact the customers listed as references and apply that information in its final determination. 2. Factor 2 � Past Performance An Offeror is required to have at least three (3) Customer Satisfaction Surveys (CSS) from third party references completed and be submitted by the deadline for offers by one of the following means: The CSS may be submitted directly via email from the Customer filling out the survey to stephanie.pfeiff@faa.gov; or The CSS may be submitted by the offeror on behalf of their customer with a digital signature from the customer. The references must be for similar work and scope to the requirements in this SIR (Janitorial Contracts valued at $1M or higher per year). The CSS is attached to the solicitation and listed in Section J. Factor 3 � Key Personnel The Offeror must submit one (1) certified resume demonstrating at least five (5) years' experience as a Project Manager for requirements similar in size and scope. An acceptable submission must include the: contract number, start and completion dates (month and year), approximate contract dollar amount, brief description of the scope of the work, and client reference contact information (name, company name, location, and telephone number). Offeror bears the responsibility of explaining in detail how the comparable projects are equivalent to the experience. Factor 4 � Quality Control Plan The offeror must submit a Quality Control Plan that includes: A plan outlining methods and procedures to be used to ensure the provision of consistent, timely and quality performance of services. Staffing Plan - an estimated number of employees to be assigned per facility; and description of the hiring, training and corrective practices. The FAA estimates each location should have a minimum of two (2) employees assigned to each location. Additionally, provide a resume for the On-site Supervisor. The successful offeror must utilize the personnel submitted for the execution of this contract. Continuity of Services - Mission Critical Plan in accordance with clause 3.2.1.5-4 as listed in this solicitation. MILESTONES RFP Out � 6/18/2025 Questions due � 7/2/2025 by 1400 Eastern Time Answers out- 7/3/2025 by 1700 Eastern Time Customer Satisfaction Survey due � 7/8/2025 by 14:00 Eastern Time Proposals due � 7/8/2025 by 14:00 Eastern Time All submissions must be received by no later than 7/8/2025. Offerors assume full responsibility for ensuring that proposals are received at the place and by the date and time specified above. Late submittal of quotes will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this RFQ. Responses will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2a37e12b546486e8df46ede60033612/view)
 
Place of Performance
Address: Nashua, MN, USA
Country: USA
 
Record
SN07480399-F 20250619/250617230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.