Revised to include the Estimated Sq. Ft. for each location:
- Southern California TRACON (SCT) and Childcare (CCF)
- Site Address: 9175 Kearney Villa Road, San Diego, CA 92126
- Estimated Sq. Ft. (SCT) – Carpeted Sq. Ft = 87,850 \ Uncarpeted Sq. Ft. = 12,760
- Estimated Sq. Ft. (CCF) – Uncarpeted Sq. Ft. = 5,715
- Montgomery Air Traffic Control Tower (MYF ATCT)
- Site Address: 4298 Ponderosa Ave. San Diego, CA 92123
- Estimated Sq. Ft. – Carpeted Sq. Ft = 2,975 \ Uncarpeted Sq. Ft. =2,290
- Brown Air Traffic Control Tower (SDM ATCT)
- Site Address: 1424 Continental St., San Diego, CA 92154
- Estimated Sq. Ft. – Carpeted Sq. Ft = 696 \ Uncarpeted Sq. Ft. = 50
- Santa Barbara Air Traffic Control Tower (SBA ATCT)
- Site Address: 10 Burns Place, Santa Barbara, CA 93117
- Estimated Sq. Ft. – Carpeted Sq. Ft = 8,569 \ Uncarpeted Sq. Ft. = 5,295
- Brackett Air Traffic Control Tower (POC ATCT)
- Site Address: 1600 Puddingstone Drive, La Vern, CA 91750
- Estimated Sq. Ft. – Carpeted Sq. Ft = 2,705 \ Uncarpeted Sq. Ft. = 325
- Ontario Offices Building (DDH)
- Site Address: 1130 S. Archibald Ave., Ontario CA 91761
- Estimated Sq. Ft. – Carpeted Sq. Ft = 7,301 \ Uncarpeted Sq. Ft. = 2,850
***********************************************************************************************************************************************
The Federal Aviation Administration, Western-Pacific Service Region, is conducting a Market Survey to improve the Government's understanding of the current marketplace and to identify capable sources. Interested sources must respond with information to confirm evidence of their qualifications and capabilities. Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, or full and open competition. The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA’s acquisition process at the following link:
https://fast.faa.gov/PPG_Procurement.cfm
This survey is being conducted in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.
All interested vendors are advised that the FAA will not pay for any information, or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey. Therefore, any costs associated with the vendor's Market Survey submissions will be solely at the interested vendor's expense.
Anticipated Period of Performance: The period of performance is anticipated to be from 10/1/2025 thru 9/30/2030 for one base year and four options. (Subject to change at the discretion of the Government)
General Scope of Work:
The contractor must provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Janitorial services as specified herein the attached draft Statement of Work for the following Federal Aviation Administration (FAA) Facilities:
- Southern California TRACON (SCT) and Childcare (CCF)
- Site Address: 9175 Kearney Villa Road, San Diego, CA 92126
- Montgomery Air Traffic Control Tower (MYF ATCT)
- Site Address: 4298 Ponderosa Ave. San Diego, CA 92123
- Brown Air Traffic Control Tower (SDM ATCT)
- Site Address: 1424 Continental St., San Diego, CA 92154
- Santa Barbara Air Traffic Control Tower (SBA ATCT)
- Site Address: 10 Burns Place, Santa Barbara, CA 93117
- Brackett Air Traffic Control Tower (POC ATCT)
- Site Address: 1600 Puddingstone Drive, La Vern, CA 91750
- Ontario Offices Building (DDH)
- Site Address: 1130 S. Archibald Ave., Ontario CA 91761
This requirement is subject to the Department of labor’s (DOL) Service Contract Labor Standards (SCLS) Wage Determination for the various locations.
The contemplated NAICS code is 561720, Janitorial Services and the size standard is $22 million.
Responses to this market survey: Interested vendors having capabilities necessary to meet or exceed the requirements in accordance with the attached draft Statement of Work are invited to provide a Capability Statement to contribute to this market survey including commercial market information and company information.
All responses to this Market Survey must be received no later than 5/16/25 at 12:00 PM ET via email to Noemi Edwards at noemi.edwards@faa.gov. When responding via email, ensure the following title is within the subject line of the email: ’'Market Survey: Janitorial Services for Southern California FAA Air Traffic Control Towers” and that the submitted Capability Statement includes the following information:
- Company name (including DBA name), address, phone, email address and point of contact.
- Company UEI.
- Company Tax Identification Number.
- Business size status: 8(a), Small Business, SDVOSB, etc.
- Verification of active registration in the System for Award Management Database (SAM).
- Capability Statement not to exceed five (5) pages to include the company’s experience, knowledge, and past performance history related to janitorial services in the Southern California region referenced in this market survey (font shall not be smaller than 10-point). The capability statement should address the following items:
- Capability of contractor to have sufficient experience, expertise, insurance and certifications to provide janitorial services for various facilities in the Southern California region.
- Evidence of current and/or past experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and phone numbers.
Questions regarding this Market Survey may be emailed to Noemi Edwards at noemi.edwards@faa.gov. This is NOT a Request for Proposal or Screening Information Request (SIR).
This market survey is for market research purposes only and does not constitute a Request for Proposal or Screening Information Request (SIR), and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Market Survey or Government use of any information provided.