The Federal Aviation Administration (FAA) is seeking competent and qualified Facilities Maintenance contractors to perform Janitorial and services at the following facilities in Minnesota District:
- Minneapolis Air Traffic Control Tower (MSP ATCT/TRACON) and Guard House
6311 34th Ave S.
Minneapolis, MN 55450
33,894 Sq Ft
2. Saint Paul Air Traffic Control Tower (STP ATCT)
514 Tower Road
St Paul, MN 55107
5,735 Sq Ft
3. Flying Cloud Air Traffic Control Tower (FCM ATCT)
10110 Flying Cloud Dr.
Eden Prairie, MN 55347
3,233 Sq Ft
4. Crystal Air Traffic Control Tower (MIC ATCT)
5800 Crystal Airport Rd.
Crystal, MN 55429
2,454 Sq Ft
The Service Support Center (SSC) and Air Traffic Control Tower (ATCT), is approximately 45,316 square feet. Facility to be cleaned encompasses approximately 45,316 square feet which includes, but is not limited to, the following areas:
a. Airways Facilities/Traffic offices and ESU Building.
b. Equipment rooms.
c. TRACON room –Note: supervisor can request that contractor stay late one night a week to dust and vacuum room thoroughly.
d. Air Traffic Control Tower and Tower Cab.
e. Halls, elevators, lobby, stairways and landings.
f. Employee lounges, break rooms, locker rooms, patios and restrooms.
g. Site unique requirements.
-All services will be conducted at different times listed on the frequency chart depending on the type of facility. Contractor’s personnel should be aware there might be a few times when Air Traffic is especially heavy. During those times, the tower supervisor will appraise contract personal when it will become necessary to modify the scope of activity
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 in TRACON Control room 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 Total Small Business 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.
4. A HIGHLY recommended site visit will be offered. 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/.
AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO BE CONSIDERED FOR AWARD:
- Using the Past Experience/ History form, provide a listing of at least 3 past or current Facilities Maintenance contracts/projects your firm has performed in the same size and scope of this project.
- Contracts/projects must be either in process or within the last 3 years. Scope is described above. Similar work must include FAA Centers, Towers, or other life-critical facilities (i.e. – hospitals, schools, banks, prisons, etc.). Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. The information provided will also be used as part of the responsibility determination.
- Using the Past Performance Survey, (By third party references). Prime Contractor is REQUIRED to have at least three (3) of the attached Past Performance Survey (PPS's) completed and returned to this office c/o carey.gonzalez@faa.gov by a third party reference. It is advised that the Contractor distribute more than three PPS's to third-party references as not all are returned, and receipt of less than three could lead to the Contractor's disqualification. Past Performance Survey’s (PPS's) may be emailed to carey.gonzalez@faa.gov. The surveys may also be faxed at the Contractor's risk to carey.gonzalez@faa.gov with a cover page marked: Attention to: Carey Gonzalez, Contractor Administrator, is also advised to verify receipt of the requisite number of PPS's in advance of solicitation deadline.
- Small Business Letter
FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NONRESPONSIVE.
Requests must be emailed to carey.gonzalez@faa.gov no later than Friday, May 30th, 2025, at 12 PM CST. Please place “Attention: Janitorial Services in the Minnesota District" in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted.