SOLICITATION NOTICE
S -- Minot Air Traffic Control Tower (ATCT) and System Support Unit (SSU) Janitorial Services, ND
- Notice Date
- 3/6/2026 9:00:20 AM
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-26-R-00174
- Response Due
- 3/15/2026 10:00:00 AM
- Archive Date
- 03/30/2026
- Point of Contact
- Carey Gonzalez, Phone: 8172224370
- E-Mail Address
-
Carey.gonzalez@faa.gov
(Carey.gonzalez@faa.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- The Contractor must provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Janitorial Services as specified herein for the Federal Aviation Administration (FAA) Facilities as specified in the attached Appendix/Appendices. The Contractor must schedule and perform all requirements listed in the Statement of Work (SOW). Only tasks listed in the SOW are to be performed. The standards defined and the frequencies listed are minimum standards and frequencies that must be maintained. Additionally, the Contractor is responsible for all administrative requirements as noted herein. The Contractor must provide a Contract Manager, who must be responsible for the performance of the work. The name and contact information of this person and any alternate(s) who must act for the Contractor when the manager is absent must be designated in writing to the Contracting Officer (CO) prior to contract start date. The manager must not rely on the Contracting Officer�s Representative (COR) to remind him/her of reports, schedules, etc. that are due. Contract Managers must be knowledgeable in the safe use and storage of chemicals, cleaning compounds, and equipment operation. The Contractor is responsible for training all individuals on the correct cleaning and disinfecting procedures accepted by the custodial profession as written in professional publications, periodicals, trade magazines, etc. At a minimum, this training must include the review and proper use of applicable product Safety Data Sheets (SDS), including recognizing hazards, storage of chemicals, and the use of appropriate protective equipment (e.g., disposable gloves, dust masks, etc.) required by the OSHA Hazard Communication Standard, 1910.1200. The Contractor must establish and maintain a complete Quality Control Plan to ensure the requirements of the Contract are provided as specified. One copy of the Contractor's Quality Control Plan must be provided to the Contracting Officer for review and approval no later than 10 days after award. An updated copy must be provided to the Contracting Officer within one business day as changes occur. A list of contractor employees who will be working at the site must be provided to the COR and the Contracting Officer not later than 10 days after award. This list must be updated any time a contractor employee is added or deleted from the list. The Government reserves the right to restrict the site access of any Contractor employee, or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, and general wellbeing, or operational mission of the installation and its population. Records of all inspections conducted by the Contractor and necessary corrective action taken must be provided to the Contracting Officer and COR upon completion of the inspection. The Contractor must meet with the COR and the CO for a quarterly review of the contract performance. The following issues may be discussed; opportunities to improve the Contract, any modifications required of the Contract, unsatisfactory inspections and valid customer complaints against each performance objective observed and steps taken by the Contractor to prevent occurrences in the future. The Contractor must provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. The minutes of these meetings will be reduced to writing by FAA Personnel, signed by the CO and any other signatures as deemed appropriate, distributed by the COR to the FAA stakeholders and the Contractor. Should the Contractor not concur with the minutes, the Contractor will provide a written notification to the Contracting Office identifying areas of non-concurrence for resolution. The Contractor is responsible for safeguarding all Government property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials must be secured and stored in appropriate locations. External and Internal doors must not be propped open. Secure Area cleaning must be coordinated with the COR in advance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7f4a706f45c7404aa23689f4038330d6/view)
- Place of Performance
- Address: Minot, ND 58701, USA
- Zip Code: 58701
- Country: USA
- Zip Code: 58701
- Record
- SN07736908-F 20260308/260306230034 (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 |