Closed Solicitation · DEPARTMENT OF TRANSPORTATION

    DENVER JANITORIAL - ZDV/CCF, APA, COS, PUB & WC, CEN SSC

    Sol. 697DCK-25-R-00295Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT WORTH, TX
    Closed
    STATUS
    Closed
    closed Jul 9, 2025
    POSTED
    Jun 26, 2025
    Publication date
    NAICS CODE
    561720
    Primary industry classification
    PSC CODE
    S201
    Product & service classification

    AI Summary

    The Federal Aviation Administration is soliciting bids for janitorial services at multiple facilities in the Denver District, with a focus on small businesses under NAICS Code 561720. Amendments have updated the Q&A document and site visit details, scheduled for June 10-12, 2025. Interested bidders must email Jennifer J. Davis by June 9, 2025, to register for site visits, limited to two attendees per company. The contract will be a Firm-Fixed Price.

    Contract details

    Solicitation No.
    697DCK-25-R-00295
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    June 26, 2025
    Response Deadline
    July 9, 2025
    NAICS Code
    561720AI guide
    PSC / Class Code
    S201
    Primary Contact
    Jennifer J Davis
    State
    TX
    ZIP Code
    76177

    Description

    Amendment 0003 - The purpose of this amendment is to update the Q&A document revising the response to question #68 and incorporate the updated Frequency Chart for the Junior Jets Childcare Facility (CCF). The Microsoft Excel files for the Frequency Charts that coincide with the Standardized Janitorial SOW will also be posted to the SAM.gov Contract Opportunities Post. There will be no changes to the terms and/or conditions of this solicitation as a result of this amendment.

    Amendment 0002 - The purpose of this amendment is to incorporate the Question & Answer document, the Site Visit Sign-In Sheets, and the revised SOWs for the PUB WC and CEN SSC.  There will be no changes to the terms and/or conditions as a result of this amendment.

    Amendment 0001 - The purpose of this amendment is to update the information required to attend the site visits scheduled for June 10, 11, and 12, 2025.  There will be no changes to the Site Visit Schedule as a result of this Amendment.

    To attend the site visit, please email jennifer.j.davis@faa.gov no later than Monday, June 9, 2025 by 12:00 noon Central Time with the following information: Attendee's Full Name, Company Represented, Date of Birth, Driver's License Number and State of Issuance. Each company will be limited to two (2) total attendees.

    This Solicitation (SIR) is for Janitorial Services for multiple FAA facilities in the Denver District: DEN ARTCC/CCF, APA, CEN SSC, COS, and PUB ATCT & WC.  Janitorial services must be completed as required in the Statements of Works (SOWs) and Frequency Charts that are located as Section J of the attached Solicitation 697DCK-25-R-00295.

    This acquisition is set aside for small business.  The principal North American Industry Classification System (NAICS) code applicable to this effort is 561720 – Janitorial Services.

    The resulting award will be Firm-Fixed Price Contract. 

    Site Visits will be held as shown in the schedule below.  To attend the site visit, please email jennifer.j.davis@faa.gov with the names of those attending and the name of the company they are representing no later than Monday, June 9, 2025 by 12:00 noon Central Time.  Each company will be limited to two (2) total attendees. 

    • 6/10/25 – 9:30 am local time – CCF – 2175 17th Ave, Longmont, CO 80501

                            – ZDV immediately following CCF – 2211 17th Ave, Longmont, CO 80501

    • 6/11/25 – 9:00 am local time – APA ATCT – 7800 South Peoria, Englewood, CO 80112

                            – CEN SSC immediately following APA ATCT – 7300 South Peoria, Englewood, CO 80112

    • 6/12/25 – 9:00 am local time – COS ATCT – 460 Kincheloe Loop, Colorado Springs, CO (Peterson AFB)

                            – 1:00 pm local time – PUB ATCT & WC – 31385 Bryan Circle, Pueblo, CO 81001

    Please document all your questions while at the site visit and submit them to Jennifer J Davis (jennifer.j.davis@faa.gov) via email by the date and time as directed below.  Questions will not be answered during the site visit.

    Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 12 noon Central Time on Wednesday, June 18, 2021.  Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified.  Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Wednesday, June 25, 2025.

    All responses must reference the solicitation number (697DCK-25-R-00295) and be submitted to the following email address: jennifer.j.davis@faa.gov.

    SA18 PROPOSAL CONTENT

    Submission of Offer. An Offeror must submit an offer which includes the following.

    Proposal (Provide 1 copy).

    NOTE: The contractor's proposal must include:

    [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken.

    [ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued).

    [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed.

    [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract.

    [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-10 Insurance - Work on a Government Installation (Oct 2020).

    [ ] No less than three (3) Past Experience References of similar work (e.g. must be janitorial work of a similar size and scope) to the requirements in this SIR.

    [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g must be janitorial work of a similar size and scope to the requirements in this SIR. The Customer Satisfaction Survey attached in Section J, attachment number J-10 is required to be used for the Past Performance Submittals.

    [ ] Completed Contractor Staffing Access Questionnaire

    SA56 EVALUATION FACTORS FOR AWARD - SERVICES

    The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions.

    In accordance with AMS Policy Section 3.2.2.3.1.2.2, Communications with Offerors, the purpose of communications is to ensure mutual understanding between the FAA and offerors about all aspects of the procurement, including the offerors' submittals/proposals. Communications with offerors may take place throughout the source selection process, through contract award, and following award as necessary. Offeror responses to Communication Items may be considered in the evaluation of an offeror’s proposal. Where communications do not result in any changes in the Government’s requirements or SIR, the Government is not required to request or accept offeror revisions.

    The Government may hold one-on-one meetings with individual offerors as it pertains to their offers. One-on-one communications may continue throughout the process at the Government’s discretion. Communications with one offeror do not necessitate communications with all other offerors. All communications between the Government and offerors must be through the CO or individuals designated by the CO in writing. Offerors must submit written communications to the CO. The FAA also reserves the right to award a contract immediately following the conclusion of evaluations and is not required to conduct discussions or negotiations with the successful Offeror or any other Offeror.

    Proposals shall be evaluated as either 'acceptable' or unacceptable’ on the basis of the following criteria:

    A. Past Experience.

    Provide a list of at least three (3) successful contracts that provided janitorial services within the past five (5) years. Specifically identify projects of similar size and scope as described in the Scope of Work in this solicitation. Be specific and provide details. For each project address the following points:

    a) Project Title, description and contract number

    b) Client names, phone numbers, and contact person

    c) Dollar Value

    d) Scope of Work in detail

    e) Percentages of work subcontracted and nature of that work

    f) Award and Completion dates

    g) Any contractual issues or technical matters disputed, and resolution thereof

    h) Any claims and resolution thereof (i.e., nature, number dollar value)

    i) Any relevant information that would reflect on the offeror’s ability to meet schedule constraints

    Standard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. If any of the information required is not included in the form then the Offeror will be considered non-responsive and evaluated as unacceptable. Failure to demonstrate the minimally acceptability standards under this factor will result in an "UNACCEPTABLE" rating and possible elimination from further consideration for contract award. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination.

    B. Past Performance.

    An Offeror is required to have at least three (3) CSS from third party references completed and submitted directly to Jennifer J Davis at jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-10 and is required to be used for the Past Performance Submittals.

    Standard for Review: At least three (3) CSS must be received from third party references before the solicitation deadline with an average rating of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a CSS by telephone in the event there is insufficient competition due to the lack of surveys received. If the Contractor does not have an applicable performance history, then within the cover letter the Contractor must indicate the reason for such absence of past performance history and provide a proposed project management plan to ensure the quality of the services to be performed. Keep in mind that the FAA may use information other than that provided by the Contractor in connection with this solicitation. Any negative customer review that is verified by the CO may deem the proposal unacceptable and will be rejected from further consideration.

    CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I – SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable.

    The FAA will evaluate proposals for reasonableness in accordance with AMS Policy Section 3.2.3.2 and AMS Procurement Guidance Section T3.2.3. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. When determining price reasonableness, the Government reserves the right to compare the Offeror’s proposed prices to the Independent Government Cost Estimate, to published catalog or market prices, to prior prices paid for the same or similar items and services, or as compared to any other sources. The FAA reserves the right to perform price realism and/or cost realism in accordance with AMS T.3.2.3(A)(1). The FAA reserves the right to conduct cost analysis if necessary to ensure a fair and reasonable price and to support the price realism and/or cost realism analysis. The FAA, at its sole

    discretion, may require additional information to conduct cost and price analysis or reject proposals lacking completeness or consistency.

    (End of Provision)

    Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (July 9, 2025). Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.”

    DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov).  NO PHONE CALLS WILL BE ACCEPTED.

    MILESTONES
    SIR out – 5/20/2025

    Site Visit Attendee List due – 6/9/25 by 12:00 noon CT

    Site Visit – 6/10/2025 @ CCF/ZDV; 6/11/25 @ APA ATCT, CEN SSC; 6/12/25 @ COS ATCT, PUB ATCT/WC (Shown above)

    Questions due – 6/18/2025 by 12 noon CT

    Answers out – 6/25/2025 by 2:00 pm CT

    Proposals due – 7/9/2025 by 2:00 pm CT


    All submissions must be received no later than 2:00 pm Central Time on Wednesday, July 9, 2025. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above.  Late submittal of proposals will not be accepted. 

    The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.  Responses will not be returned.

    Key dates

    1. June 26, 2025Posted Date
    2. July 9, 2025Proposals / Responses Due

    Frequently asked questions

    DENVER JANITORIAL - ZDV/CCF, APA, COS, PUB & WC, CEN SSC is a federal acquisition solicitation issued by DEPARTMENT OF TRANSPORTATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.