Search Contract Opportunities

Custodial and Related Services, TSA Lehigh Valley International Airport

ID: JAM-001-2023-03-17 • Type: Sources Sought

Description

SOURCES SOUGHT NOTICE FOR:

Custodial and Related Services for Transportation Security Administration (TSA) at

Lehigh Valley International Airport

THIS IS A SOURCES SOUGHT NOTICE ONLY.

NO AWARD WILL BE GENERATED FROM THIS NOTICE.

This notice does not represent a commitment by the Government to issue a solicitation or award.

The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Mid-Atlantic Region (Region 3) is providing this Sources Sought Notice to conduct market research to ascertain interest, capability, and resources of potential sources for Janitorial Services for the TSA located at the Lehigh Valley International Airport located at 3311 Airport Road, Allentown, Pennsylvania. GSA seeks information from interested and capable small businesses.

The applicable North American Industry Classification System assigned to this procurement is 561720-Janitorial Services. This is NOT a solicitation for proposals, bids, or quotations. The intent of this notice is to assist the Government in establishing the appropriate acquisition method.

PROJECT DESCRIPTION

Custodial and related services required for Transportation Security Administration (TSA) in tenant-occupied space at the Lehigh Valley International Airport. The space is devoted to a tenant break room consisting of three offices and a kitchenette, totaling approximately 1,800 square feet. The contractor shall provide janitorial services five (5) days a week.

SCOPE OF WORK

GSA seeks to establish a partnering relationship with the Contractor to accomplish the program objectives in this contract. The objective of the partnering process is to provide an effective problem-finding / problem-solving management team composed of personnel from all parties responsible for maintaining the quality of our facilities, thus creating a single culture with one set of goals and objectives. Partnering requires that all parties recognize and address those opportunities and challenges that shall be confronted to help maintain the health of the Contractor/GSA relationship. The relationship is based on trust, dedication to common goals, and an understanding of each other's individual expectations and values. The outcome of this initiative is for GSA to leverage Contractor expertise to assist GSA in accomplishing these goals and objectives.

The Contractor shall closely monitor all aspects of the work, identify deficiencies and implement corrective action, without reliance on Government oversight. Custodial and related services provided by the Contractor are arranged and contract administration is provided through one or more of the following entities: GSA's Regional Office, Service Centers, Field Offices, or Local Offices. These entities represent the Facility Management organizations that have been adopted by GSA's regional leadership.

The contractor is responsible for the following broad responsibilities:

  • Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, except to the extent any of the supplies may be furnished directly by the Government under the contract, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. The building(s) shall be fully staffed, beginning the first day of work under the contract and throughout the entirety of the contract, unless authorized by the Contracting Officer (CO) or their designee.
  • Maximize the use of goods, products and materials that are produced in the United States while remaining in compliance with the National Defense Authorization Act (NDAA) for Fiscal Year 2019, NDAA 889 requirements.
  • Ensure that their employees are properly trained, licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by Federal, State, or local laws; codes, permits or ordinances.
  • Be responsible to make the management and operational decisions to meet the quality performance standards required under this contract.
  • Use innovation, technology and other means and methods to develop and perform the most efficient cleaning services for the building.
  • Implement an effective Quality Control Program (QCP).
  • Implement an effective service call system that results in prompt, professional, and courteous resolution of tenant concerns.
  • Keep the CO or their designee informed of current status of the work being performed, provide work schedules and provide other pertinent information needed.
  • Reduce the environmental impacts of work performed under this contract by using environmentally sound practices, processes, and products.
  • Provide training/certifications for their employees that stress stewardship and effective communication in cleaning practices. Current information on stewardship, training, educational materials and other issues can be found on the web sites including but not limited to Stewardship for the Cleaning of Commercial and Institutional Buildings (www.astm.org) and ISSA's website (www.issa.com).
  • Coordinate with the Contracting Officer's Representative (COR) and tenants who have restricted access spaces.
  • Adhere to Architectural Barriers Act Accessibility Standards (ABAAS) requirements for all new procurements and installations related to this PWS.

SPECIAL CONSIDERATIONS

Access to the contract performance location entails satisfying the Self Identification Display Area (SIDA) Requirement. This entails passing a Security Threat Assessment (STA), undergoing a background check, and SIDA training. Vendor is responsible for all costs associated with this requirement.

Additionally, the vendor's employees must be escorted in and out of the TSA space at all times. The vendor should note that there is no available onsite storage space for any materials and/or substances.

Finally, the hours for cleaning are limited; therefore, vendors are required to closely coordinate these hours with TSA personnel. The hours shall not be changed unless authorized by the CO or their designee. The vendor shall provide sufficient staffing and means to respond to service requests during the allotted hours to fulfill this requirement.

RESPONSE INFORMATION

For the GSA to assess the capability requirements and identify interested and potential vendors that are qualified to provide Custodial and Related Services to the TSA, please provide the following information:

Full Company Name

UEI Number

CAGE Code

Company Point of Contact with Email Address

Mailing Address

Telephone Number

Current Business Size for NAICS Code 561720

Identification of any applicable socio-economic category such as 8(a) Small Business, Small Disadvantaged Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business, or HUBZone Small Business.

Indication prior experience performing custodial and related services in an airport setting.

Interested firms should respond to this Sought no later than Friday, March 24, 2023 at 4:00 P.M. (EDT). The Point of Contact for this Sought Notice is Julie Marzano, Contract Specialist, who can be reached, via email, at julia.marzano@gsa.gov.

This notice does not constitute a Request for Quotes (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP), or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit GSA to contract for any supply or service. Further, GSA is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. Responses to the Sources Sought Notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. GSA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.

Overview

Response Deadline
March 24, 2023, 4:00 p.m. EDT Past Due
Posted
March 17, 2023, 2:22 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Allentown, PA 18109 USA
Source
SAM

Current SBA Size Standard
$22 Million
Est. Level of Competition
Low
Odds of Award
10%
Signs of Shaping
The solicitation is open for 7 days, below average for the Public Buildings Service. 76% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 3/17/23 Public Buildings Service issued Sources Sought JAM-001-2023-03-17 for Custodial and Related Services, TSA Lehigh Valley International Airport due 3/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
Julia Marzano   Profile
Phone
(267) 804-0919

Secondary Contact

Name
John Hofmann   Profile
Phone
(267) 253-5267

Documents

Posted documents for Sources Sought JAM-001-2023-03-17

Incumbent or Similar Awards

Contracts Similar to Sources Sought JAM-001-2023-03-17

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought JAM-001-2023-03-17

Similar Active Opportunities

Open contract opportunities similar to Sources Sought JAM-001-2023-03-17

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS ACQUISITION CENTER FOR FACILITY SERVICES - R3
FPDS Organization Code
4740-47PN03
Source Organization Code
500183836
Last Updated
April 8, 2023
Last Updated By
johnc.hofmann@gsa.gov
Archive Date
April 9, 2023