SLED Opportunity · CALIFORNIA · ONTARIO INTERNATIONAL AIRPORT

    South Side Custodial Services

    Issued by Ontario International Airport
    localRFPOntario International AirportSol. 235319
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Mar 20, 2026
    Posting date
    JURISDICTION
    Ontario International
    local
    NAICS CODE
    561720
    AI-classified industry

    AI Summary

    RFP for custodial services at Ontario International Airport's south side facilities. The contract continues services after current contract expires in August 2026. Includes detailed submission and evaluation criteria.

    Opportunity details

    Solicitation No.
    235319
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 20, 2026
    Due Date
    April 21, 2026
    NAICS Code
    561720AI guide
    Agency
    Ontario International Airport

    Description

    Current south side custodial contract (SCONT-000676) expires 8/23/2026. New contract is needed to continue custodial services for the south side facilities.

    Project Details

    • Reference ID: 2026-RFP-078
    • Department: Operations - Maintenance
    • Department Head: Ricardo Martorana (Director of Maintenance)

    Important Dates

    • Questions Due: 2026-04-06T21:00:56.020Z
    • Pre-Proposal Meeting: 2026-03-24T17:00:00.000Z — https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZGE2OTZiMTUtODI0Mi00ZTJlLWI1NWYtMWZmYWI3MTJiZGRi%40thread.v2/0?context=%7b%22Tid%22%3a%22726bed49-7011-47d7-8024-49cdc0e9cae8%22%2c%22Oid%22%3a%2235fea434-9e9a-489c-a778-1d0aae90a177%22%7d

    Addenda

    • Official Notice #1: Pre-Proposal & Job Walk Docs (released 2026-03-26T14:45:27.372Z) —

      Added Slide Deck and Attendance Report from Pre-Proposal Conference, as well as the Sign-In Sheet for the Job Walk. 

    • Addendum #1 (released 2026-04-15T20:56:02.267Z) —

      1. Extended Proposal Due Date
      2. Revised Section 9 > Proposal Content Requirement > 3. Project Delivery or Work Plan
      3. Uploaded Attachment C - Agreement Between Teamsters Union Local 848 and Flagship Aviation Services, LLC (CBA)

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Responsiveness (1 pts)

      Responsiveness will be evaluated for general clarity and whether respondents have followed the directions included in the Submission Instructions and Format as well as included the requirements detailed in the Proposal Content Requirements.

    • References (30 pts)

      All references that the respondent include contain the following key information for each project profile:

      • Project title
      • Client contact information:
        • Name, title
        • Telephone number
        • Email address
      • Approximate contract value
      • How the project relates to this OIAA solicitation.
    • Qualifications (25 pts)

      The respondent has clearly presented projects that provide experience directly relevant to this scope of work and that highlight the qualifications of their team members who will be involved in this project for the OIAA.

    • Project Delivery or Work Plan to fulfill SOW (25 pts)

      The respondent has clearly demonstrated their approach to fulfilling the SOW requirements. Including their methodologies, strategies, and tools intend to be used to execute SOW.

    • Overall Competence (20 pts)

      The respondents proposal has demonstrated an overall clear understanding of the SOW outlined in this solicitation.  

    • Cost Proposal (10 pts)

      Cost Proposals will remain unopened until after all ratings and evaluations of the technical and if conducted, interview portions of this proposal are completed. Cost proposals will only be opened and tabulated by procurement staff. Cost Proposal points shall be calculated as follows:

    Submission Requirements

    • Upload any SB/SB-PW/SB-Micro/SBE Certification that your organization, partners, or subcontractor hold. If not applicable, upload a document stating "N/A". (required)
    • Upload your organizations current W-9 form (required)

      The form must be signed and dated with the last 12 months. The latest tax form can be found here: https://www.irs.gov/forms-instructions

    • Affidavit of Non-Collusion (required)

      Please download the document below. Fill out the document completely, sign it.

    • Confidentiality and Non-Disclosure Form (required)

      Please download the documents below, complete, and sign.

    • Supplier Information Form (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure

      All persons or organizations seeking contracts or agreements with the OIAA must complete and submit this OIAA Conflict of Interest Disclosure Form along with the bid/proposal.

      NOTE: Failure to comply with this requirement may cause your proposal to be declared nonresponsive.

      Any questions regarding the information required to be disclosed in this form should be directed to OIAA’s General Legal Counsel, especially for any “yes” responses to questions in this form, which may also disqualify your organization from submitting an offer on the bid/proposal.

    • Conflict of Interest Form (required)

      Please download the document below, complete, and sign.

    • Upload Completed Conflict of Interest Form (required)

      Upload completed and signed document here.

    • Proposal Submittal Checklist

      Failure to submit the completed checklist and acknowledgment of all addendas will render the bid/proposal non-responsive.

    • Proposal Submittal Checklist Form (required)

      Please download the below documents, complete, and upload.

    • Draft Contract Terms

      Proposers should anticipate entering into an agreement with the OIAA that will be largely similar to that of the draft included in this solicitation.

    • Please download the below documents. (required)
    • By selecting the box below, you confirm that you have read and understood the Draft Contract Terms. (required)

      NOTE: Questions regarding the terms and conditions of the draft contract should be submitted during the open RFI period of this solicitation.

    • Proposal Section (required)

      Submit your proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • Cost Proposal (required)

      Submit your cost proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • B) Conditional - Administrative Requirements for successful Proposer

      Administrative Requirements due prior to award of contract:

      • Certification of Insurance
      • Copy of successful Proposer's City of Ontario Business License
    • Certificate of Insurance Requirement

      Please download the document below for the type of insurance required from successful proposer.

    • City of Ontario Business License (required)

      Please confirm that you will provide a copy of your City of Ontario Business License and/or confirmation response prior to Award of Contract and/or Commencement of Work.

    • Budgetary Information (required)

      Please enter the spend codes for this project:

        • Spend Category
        • Cost Center
        • Activity Code
    • Worktag (required)

      Is there a Worktag associated with this purchase/project?

      • If yes, enter the number below.
      • If not, enter NONE.
    • Approvals (required)

      Has this request been approved by the requesting department head and the Finance department?

    • Project Deliverables or Anticipated Functions (required)

      List and/or describe in detail all the tangible results, products, or services that the project is expected to produce. Be sure to include the number of each item needed if applicable. 

    • Supplier Qualifications (required)

      Please list all qualifications for a supplier to be deemed acceptable. Include any relevant industry standards, product types, manufacturing requirements, quality control regulations, or years of experience required.

    • General Description (required)

      Provide a brief description of the project, including its objectives, purpose, any relevant goals, and expected outcomes.

    • Project Resources (required)

      Identify the work plan required for the project, including equipment, materials, and any external resources.

    • Terms and Conditions (required)

      List any desired contract terms and conditions such as length of contract, options for renewals, and conditions for renewal.

    • Acceptance Criteria (required)

      Please list any product/good/service/software requirements that would deem a proposal acceptable.

    • Specs or Service Requirements (required)

      Please list any measurements, specifications, or dimensions required for this product/good/service.

    Questions & Answers

    Q (No subject): Can you please confirm whether the 40 weekly hours specified in the "Monthly Hours Breakdown" for each of the four janitors and the dedicated site supervisor is a required minimum staffing level for this contract?

    A: Yes. This is required minimum staffing.


    Q (No subject): Can you please provide a square footage breakdown of each flooring type in the Fire Station (e.g., carpet, tile, etc.) to accurately price the periodic services?

    A: The fire station includes 1 restroom with a shower with ceramic tile flooring (98 square feet), 1 restroom with quarry tile (49 SF), 2 captain's quarters with carpet (total 252 SF), exercise area with rubber flooring (625 SF), library with carpet (360 SF), office with carpet (330 SF), training room with carpet (600 SF), dining room and kitchen with quarry tile (816 SF), lobby with quarry tile (740 SF)


    Q (No subject): We have the following questions: 1. Is this RFP set aside for SBE service provider? 2. Is a prime service provider expected to tie up with qualified SBE’s to deliver 8-10% SBE goal? 3. Please share facility-wise square footage and key plan (floor-wise) drawings for each facility covered under this RFP 4. What are the custodial shift timing/s at present? 5. Please share details – current contractor/s, current contract annual value, and current staffing deployment per facility and shift-wise. 6. Is the current custodial staff attached to a labor union? If yes, please provide union/s contact details and the CBA applicable, if any 7. Is there any specific need for a bid/performance bond for this RFP? 8. Please provide details of Male/Female restrooms for each facility Thank you.

    A: 1. No. This RFP is not a set aside for Small Business Enterprise (SBE) firms. While no SBE participation goal is established, the Ontario International Airport Authority (OIAA) has historically achieved approximately 8%–10% small business participation on projects of similar scope and encourages proposers to utilize and/or partner with small and local businesses. 2. No. There is no mandatory Small Business Enterprise (SBE) requirement for this solicitation. However, proposers are encouraged to utilize and/or partner with small and local businesses. 3. We do not have a key plan (floor wise) drawings for our facilities. Square footage per location is as follows: Admin West = 20,160. Admin Hangar = 1,250. Hangar 34 = 24,272. Museum = 6,864. Sky Garden = 2,500. Maintenance Office = 925. Maintenance Garage = 1,172. Fire Station = 3,870. Admin East = 4,551. Air National Guard Hangar = 47,640. Wells Hangar = 145. 4. Currently there are two custodial shifts. 4:00 am to 12:30 pm and 9:00 am to 5:30 pm. 5. Current Contractor: Flagship Airport Service Inc. Contract Value: 1st Contract Term (2 years) from 08/24/2023 to 08/23/2025 for $623,820, and 1 Optional Extension (1 year) from 08/24/2025 to 08/23/2026 for $311,910.00 Current staffing deployment: 1st shift – deployed to all facilities every day. 2nd shift – deployed to all facilities every day 6. Yes. They are attached to Teamsters Local 848. We have no contract details. 7. No, there is no need for a bid/performance bond for this RFP. 8. Restrooms for each facility are as follows: Admin West = 3 women's, 3 men's and 1 unisex restroom. Hangar 34 = 1 women's and 1 men's restroom. Museum = 1 women's and 1 men's restroom. Maintenance Garage = 1 unisex restroom. Fire Station = 1 women's, 1 men's and 1 unisex restroom. Admin East = 2 women's and 2 men's restrooms. Wells Hangar = 1 women's and 1 men's restroom.


    Q (Slide deck and attendance sign in sheet): I noticed there is an official note that the pre-proposal meeting slide deck and attendance sheet have been added, but it is not showing in the downloadable documents. Is this going to be uploaded later?

    A: All 3-items have been uploaded to Notice #1.


    Q (budget for this bid? ): What is the budget for this bid? And what is the current price of this bid per year .

    A: Current Contractor: Flagship Airport Service Inc. Contract Value: 1st Contract Term (2 years) from 08/24/2023 to 08/23/2025 for $623,820, and 1 Optional Extension (1 year) from 08/24/2025 to 08/23/2026 for $311,910.00


    Q (No subject): Who is the current contractor? What is the current contract amount? If you are unable to provide the current contract amount, what is the current budget your agency has for this project?

    A: Current Contractor: Flagship Airport Service Inc. Contract Value: 1st Contract Term (2 years) from 08/24/2023 to 08/23/2025 for $623,820, and 1 Optional Extension (1 year) from 08/24/2025 to 08/23/2026 for $311,910.00


    Q (No subject): What is the current contract value for this service annually? How many restrooms are included, and what is their total square footage? What is the total square footage of all buildings covered under this contract? How many locations/sites are included in this contract?

    A: - Flagship Airport Service Inc. Contract Value: 1st Contract Term (2 years) from 08/24/2023 to 08/23/2025 for $623,820, and 1 Optional Extension (1 year) from 08/24/2025 to 08/23/2026 for $311,910.00. - 21 restrooms approximately, 3,160 square ft. - We do not have a key plan (floor wise) drawings for our facilities. Square footage per location is as follows: Admin West = 20,160. Admin Hangar = 1,250. Hangar 34 = 24,272. Museum = 6,864. Sky Garden = 2,500. Maintenance Office = 925. Maintenance Garage = 1,172. Fire Station = 3,870. Admin East = 4,551. Air National Guard Hangar = 47,640. Wells Hangar = 145. Please refer to Question 3, subquestion 3. - 10


    Q (Dedicated Site Supervisor / Labor Union): As the janitors are represented by labor union Teamsters Local 848, can you please confirm if the current contract staffing includes a Dedicated Site Supervisor? Or would the Dedicated Site Supervisor be an addition to the existing staffing model? If included, please confirm if the Site Supervisor is part of the union bargaining unit or classified as non-union management. Thank you.

    A: Yes, a Dedicated Site Supervisor is included in the current contract. Negative, the Site Supervisor is not currently represented by a union.


    Q (Consumable spend): We are just looking to clarify that the consumables such as paper towels, toilet paper, plastic can liners, feminine hygiene bags, and soap are to be included in the contractor's pricing and provided by the contractor? If they are, what was the total consumables for each of these purchased last calendar year, such as number of boxes of multifold towels, for example

    A: Consumables as described in your question are the responsibility of the contractor along with equipment e.g: floor scrubbers, carpet floor vacs, wet/dry vac, floor dyers etc.


    Q (Biohazardous cleaning): Would it be helpful to attach our biohazardous cleaning/waste management policies to the proposal, given the emphasis listed on this item? If so, can this not be included in the 20 page maximum proposal length, but serve as an appendix item?

    A: No, it is not needed at this time. Proposers should ensure all relevant information is incorporated within the 20-page proposal limit.


    Q (Site Visit Sign in Sheet): Can OIAA please release a copy of the site walk sign in sheet?

    A: The Sign-In Sheet for the Job Walk has been uploaded via Notice #1.


    Q (Days per week ): Can OIAA please confirm this is 5 day per week service?

    A: Yes, 5-day work week, with call in for emergency services if needed after hours or weekends.


    Q (Periodic ): What items are include in the "Periodic" line item on the pricing sheet?

    A: Scrubbing, stripping, waxing and carpet cleaning.


    Q (Floor care): Please provide the total square footage of flooring, by flooring type, that requires specific floor care (i.e., strip, wax, burnish, machine scrub, carpet extraction)

    A: Ceramic tile flooring equals approximately 5,200 square feet. VCT flooring equals approximately 440 square feet. Quarry tile equals approximately 1,575 square feet.


    Q (Cleanable Square Footage ): What is the total cleanable square footage by building?

    A: We do not have a key plan (floor wise) drawings for our facilities. Square footage per location is as follows: Admin West = 20,160. Admin Hangar = 1,250. Hangar 34 = 24,272. Museum = 6,864. Sky Garden = 2,500. Maintenance Office = 925. Maintenance Garage = 1,172. Fire Station = 3,870. Admin East = 4,551. Air National Guard Hangar = 47,640. Wells Hangar = 145. Please refer to Question 3, subquestion 3.


    Q (Minimum Pay): Can OIAA please provide clarity on what specifically is the minimum pay rate acceptable for this job? Based on the RFP, we need to pay either Prevailing Wage, or federal wages from the Davis Bacon Act, whichever is higher.

    A: Prevailing wage and Davis-Bacon requirements do not apply to this solicitation. No minimum pay rate is established by OIAA. Proposers are responsible for complying with all applicable labor laws.


    Q (Equipment ): In the "Equipment Included" does this encompass equipment vendors must provide? Or does this include equipment that OIAA will provide to the awarded vendor?

    A: Contractor will provide all needed equipment.


    Q (Schedule for dedicated site manager ): What weekly hours / schedule are required of this person? Daily schedule is provided for Janitors 1-4, but not the dedicated site supervisor.

    A: The Dedicated Site Supervisor’s daily work hours are 4:00am - 12:30pm Mon – Fri.


    Q (Site Manager ): Dedicated site manager: is this person on site during working hours?

    A: There is no site manager, only a dedicated Site Supervisor is on site Mon – Fri 4:00am – 12:30pm.


    Q (Certified payroll): Can OIAA please confirm that certified payroll is a requirement?

    A: No, certified payroll is not a requirement. Certified payroll is required only when a project is subject to prevailing wage.


    Q (No subject): The contract is a 3-year initial term with (2) annual renewals. Are we allowed to request increases annually as it aligns with our CBA?

    A: Yes. All pricing, including any proposed annual increases, should be clearly defined in your proposal submission. The Project Management Team would need to know about increases by December 31 to be added to the budget.


    Q (No subject): There did not appear to be a pricing form included in the RFP documents. Is there a pricing form or format you would like us to use in our response?

    A: Attachment A – Cost Proposal Form, can be found in the ‘Attachments’ tab of the OpenGov solicitation.


    Q (No subject): Who is providing restroom consumables for this operation?

    A: The custodial contractor will provide all restroom consumables.


    Q (No subject): The RFP mentions the contractor will be entering an agreement circa q3. Does this account for both the contract award and start dates, or is the award date anticipated to be before q3?

    A: Yes, both contract award and start date is anticipated to start in Q3, 2026.


    Q (No subject): What background check results would disqualify an employee from working at these locations?

    A: Personnel may be subject to background checks and badging requirements in accordance with applicable Airport, Transportation Security Administration (TSA), and security regulations. Certain disqualifying offenses or security concerns may impact an individual’s eligibility for access. Final determinations will be made by the Airport and/or appropriate regulatory authorities. Proposers are responsible for ensuring their personnel meet all applicable requirements.


    Q (Total Square Footage): What is the total square footage included in the periodic floor work?

    A: We do not have a key plan (floor wise) drawings for our facilities. Square footage per location is as follows: Admin West = 20,160. Admin Hangar = 1,250. Hangar 34 = 24,272. Museum = 6,864. Sky Garden = 2,500. Maintenance Office = 925. Maintenance Garage = 1,172. Fire Station = 3,870. Admin East = 4,551. Air National Guard Hangar = 47,640. Wells Hangar = 145. Please refer to Question 3, subquestion 3.


    Q (CBA):

    A: 1. If available, could the Airport please provide a copy of the applicable collective bargaining agreement (CBA)? Under California law, janitorial staff are typically afforded a right of first refusal, and access to the CBA is important for understanding applicable wages and employment terms. 2. If the CBA cannot be provided through the solicitation, would the Airport consider allowing for a post-award wage adjustment to ensure compliance with any applicable CBA requirements? Please see Attachment C, via Addendum 1.


    Q (Cleaning Supplies, Equipment and Vehicle):

    A: During the walk through, we understood that OIAA would be responsible for providing the cleaning supplies, equipment and a vehicle. However, when we reviewed the Q&A responses, we saw that it was stated the contractor would supply them instead. Could you please clarify which party is expected to supply the cleaning materials and equipment? The OIAA will provide a vehicle, so the custodians have transportation to the various buildings. This is the only thing we provide. The custodial contractor will need to provide and maintain cleaning equipment, supplies and materials to perform services required under this agreement. See excerpt 5. Scope of Work > 5.1 General Description > 6) Contractor will provide and maintain all equipment, supplies, and materials to perform services required under this agreement.


    Key dates

    1. March 20, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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