Janitorial Cleaning Services at the ATCT/TRACON in Tucson, AZ
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Mar 15, 2023 02:33 pm CDT
- Original Published Date: Mar 08, 2023 05:28 pm CST
- Updated Response Date: Mar 17, 2023 05:00 pm CDT
- Original Response Date: Mar 15, 2023 05:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 561720 - Janitorial Services
- Place of Performance: Tucson , AZ 85756USA
Description
AMENDMENT 0001 CHANGE IN LOCATION
The Federal Aviation Administration (FAA) is seeking competent and qualified Facilities Maintenance contractors to perform Janitorial and services at the following facilities in Tucson, AZ:
- Federal Aviation Administration
Tucson Air Traffic Control Tower (ATCT)
1865 E. Aero Park Blvd
Tucson, AZ, 85756
17,223 sq feet
- Federal Aviation Administration
Tucson Terminal Radar Approach Control (U90 TRACON)
Davis Monthan Air Force Base, Building #4816
4435 Phoenix Street
Tucson, AZ 85707
6791 sq feet
The Service Support Center (SSC) and Air Traffic Control Tower (ATCT), Facility to be cleaned encompasses and includes, but is not limited to, the following areas:
a. Airways Facilities/Traffic offices and ESU Building.
b. Equipment rooms.
c. Air Traffic Control Tower and Tower Cab.
d. Halls, elevators, lobby, stairways and landings.
e. Employee lounges, break rooms, locker rooms, patios and restrooms.
f. Site unique requirements.
-All services shall be performed on a one-shift basis seven (7) days a week for the areas that are occupied seven (7) days a week, and five (5) days a week for the administration areas that are occupied during administrative hours Monday-Friday. Below is a sample list of janitorial services to be provided at the above locations.
- Empty all wastebaskets and replace plastic liners daily.
- Vacuum all carpeted areas & remove spots daily.
- Clean and sanitize restroom toilets, sinks, stalls and urinals daily.
- Empty trash cans/ash trays and pick up trash in parking lot weekly.
- Dust cabinets above and beneath radar scopes and counter tops in the Tower Cab weekly.
- Wash tower windows both inside, outside, and window stanchions bi-weekly
- Clean, wax and buff all tile floors monthly.
- Clean all refrigerators externally which includes the sides and underneath the refrigerators monthly.
- Clean all air conditioning vents monthly.
- Clean and shampoo all carpet semi-annually.
This list is only a small sampling of janitorial services to be provided and is NOT all-encompassing. The contractor will be required to provide all labor, materials, supplies, and equipment (except Government furnished) to perform this work in accordance with the statement of work provided with the SIR and with all local, state, and federal laws.
This is NOT a Screening Information Request (SIR) or Request for Proposal (RFP).
Work will be done in an operational facility and the contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues to ensure uninterrupted operations. All work shall be in accordance with the plans and specifications.
1. This project is set-aside for 8(a) and SDVOSB concerns to all Facilities Maintenance Contractors.
2. The North American Industry Classification System (NAICS) is 561720 Janitorial Services; the small business size standard is $22 million.
3. The project magnitude is between $ 1,200,000.00 and $ 1,300,000.00
4. A highly encouraged site visit will be required. The date, time, location, and point of contact will be provided with the solicitation package.
5. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees.
6. Contractors must have an active registration in System Award Management (beta.SAM) before award can be made. Contractors can register at www.beta.sam.gov/.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
- FORT WORTH , TX 76177
- USA
Primary Point of Contact
- Carey Gonzalez
- Carey.gonzalez@faa.gov
- Phone Number 8172224370
Secondary Point of Contact
History
- Apr 01, 2023 10:58 pm CDTSources Sought (Updated)
- Mar 14, 2023 02:57 pm CDTSources Sought (Updated)
- Mar 08, 2023 05:28 pm CSTSources Sought (Original)