Janitorial Services

Agency: Gerald R. Ford International Airport
State: Michigan
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
Posted: Mar 1, 2024
Due: Mar 21, 2024
Solicitation No: RFP 2403
Publication URL: To access bid details, please log in.
solicitation number name due date documents submission Link
RFP 2403 Janitorial Services March 21, 2024 RFP Document

Attachment Preview

REQUEST FOR PROPOSALS
Janitorial Services
REQUEST NUMBER: 2403
DUE DATE: March 21, 2024
DUE TIME: 2:00 pm (local)
February 29, 2024
Contents
INTRODUCTION ............................................................................................................................................................. 2
SOLICITATION AND PROJECT SCHEDULE .................................................................................................................... 2
MANDATORY ON-SITE CONFERENCE AND TOUR........................................................................................................ 2
REQUIRED MINIMUM QUALIFICATIONS: ..................................................................................................................... 3
WORK SCOPE ................................................................................................................................................................. 3
REQUESTS FOR INFORMATION..................................................................................................................................... 9
SUBMISSION FORMAT AND EVALUATION CRITERIA ................................................................................................ 10
REQUEST FOR PROPOSAL SUBMISSION .................................................................................................................... 11
AIRPORT SECURITY ..................................................................................................................................................... 11
TERMS AND CONDITIONS ........................................................................................................................................... 13
MICHIGAN FREEDOM OF INFORMATION ACT ........................................................................................................... 15
EVALUATION, STATUS UPDATES/AWARD NOTIFICATION ....................................................................................... 15
EXHIBITS ...................................................................................................................................................................... 17
Exhibit A – GFIAA Specific Locations and Requirements .................................................................................................................... 17
Exhibit B – TSA Specific Locations and Requirements ......................................................................................................................... 18
Exhibit C – Airport Map.................................................................................................................................................................................... 19
Exhibit D – Sample Contract..........................................................................................................................................................................20
RFP #2403: Janitorial Services
1
February 29, 2024
INTRODUCTION
The Gerald R. Ford International Airport Authority (GFIAA) is seeking proposals for a Janitorial Services Management
Provider to work within a cost-plus management fee contract structure. The scope of services includes but is not
limited to the Terminal Concourse, Hold rooms, Ticketing Lobby, Public Restrooms, Baggage Claim, Transportation
Security Administration (TSA) Security Checkpoints and Offices, Administrative Offices, and meeting rooms. The work
will include approximately 450,000 square feet of interior and exterior spaces.
The initial contract term is for 3 years beginning August 1, 2024. GFIAA Reserves the right to renew the contract for 2
additional 1-year terms following the initial contract term upon mutual agreement of both parties.
The Gerald R. Ford International Airport is the second busiest airport in Michigan, serving business and leisure
travelers with nonstop and connecting flights on seven airlines. The Ford Airport is managed and operated by the
Gerald R. Ford International Airport Authority. GRR also ranks as one of the area's largest employers with nearly 2,000
professionals currently employed at Gerald R. Ford International Airport.
SOLICITATION AND PROJECT SCHEDULE
ACTIVITY
DATE
RFP Issue Date
February 29, 2024
Question Deadline
March 14, 2024
Submission Due Date
March 21, 2024 at 2 pm
Contract Start Date
August 1, 2024
GFIAA reserves the right to modify the deadline set forth in the above table in its sole discretion. Any such modifications will be stated in an addendum.
MANDATORY ON-SITE CONFERENCE AND TOUR
Conference Date
Conference Time (local)
Conference Location
Note
CONFERENCE DETAILS
March 13, 2024
1 pm
International Room B, 1st floor of the airport terminal building,
5500 44th St. SE, Grand Rapids, MI 49512
RSVP’s are required to attend. Send to purchasing@grr.org.
Limited to 1 representative per respondent.
RFP #2403: Janitorial Services
2
February 29, 2024
A pre-submission conference is scheduled for this request. Equal opportunity will be provided for all Respondents
to ask questions. The conference will be immediately followed by a tour of the facility.
NOTICE: Attendance is mandatory. Attendees should arrive a minimum of five (5) minutes before the scheduled
date and time. Attendees will not be allowed to sign in after the conference has commenced. If a firm
representative does not sign in prior to the scheduled pre-submission conference, their firm will not be considered.
Attendees requiring special services are asked to provide their requirements to the GFIAA at least forty-
eight (48) hours in advance to allow for accommodations.
REQUIRED MINIMUM QUALIFICATIONS:
Proposers (specifically, the Business that will be contractually bound under the contract with the Airport Authority)
will be deemed non-responsive and rejected without any further evaluation if they as a Business do not meet the
following qualifications:
a) The Proposer must have a minimum of five (5) years of janitorial experience under its current organizational
structure providing cleaning services to a large high traffic facility such as an airport, bus station, train station,
transportation center, convention center or retail mall; AND
b) The Proposer must identify a Site Manager for this agreement who must have at least three (3) years of
janitorial contract management experience within the last five (5) years. (You must identify the name of the
Site Manager, and show how they meet the required experience); AND
c) The Proposer must have or had at least one (1) contract that required a minimum staffing level of at least fifty
(50) employees providing janitorial services on a three (3) shift basis, 24 hours per day, seven (7) days per
week, 365 days per year (Note: on-call services will not be considered in lieu of a 1st, 2nd, or 3rd shift); AND
d) The Proposer must have experience performing janitorial services in a public/private facility for an
organization with at least 400,000 square feet in cleaning area that has a total dollar value of one million
($1,000,000.00) dollars per year or more.
WORK SCOPE
Contractor shall provide janitorial management services to Gerald R. Ford International Airport Authority (GFIAA) for
the Passenger Terminal Building, Concourses, Parking Structure, Restrooms, Car Rental Lobby and Restrooms,
Hallways, Restrooms, and Breakroom at Field Maintenance Building, Consolidated Checkpoint, Market Place, GFIAA
Administrative Offices, Airport Operations Center, Central Utility Plant, Facilities Area in Building 401, and the Viewing
Area according to the following schedule and specifications, which are summarized on Exhibit A. If conflicts are found
between the narrative specifications and the Exhibits, the more comprehensive level of effort shall be used. (NOTE the
Central Utility Plant, Airport Operations Center, 401, Field Maintenance, and Airport Viewing Park are contracted
currently by a third party and managed by the Authority.)
Each Proposer is responsible for establishing their own projected staffing levels for this agreement. All approved
reimbursable expenses must be pre-approved in writing by the Facility Manager or Designee, have no markup and be
validated by a purchase order, receipt, and proof of payment.
RFP #2403: Janitorial Services
3
February 29, 2024
1) MINIMUM REQUIREMENTS/TASKS:
a) Staff and operate the Airport Authority Janitorial program twenty-four (24) hours per day, seven (7) days a
week, 365 days per year in a first-class manner and provide prompt, courteous, safe and efficient service at all
times. The Contractor shall be responsible for all Janitorial Services including, but not limited to, staffing,
training, material and supplies (unless specified), customer service, janitorial services and all other activities to
achieve a high level of cleanliness in facilities as outlined in Exhibits A and B.
b) The Airport Authority will provide all capital equipment necessary to perform services defined under this
contract including, but not limited to, lifts, booms, vacuums, extractors, auto scrubbers, etc., upon mutual
agreement between the Airport Authority and Contractor, the Airport Authority will procure necessary janitorial
equipment.
c) Contractor will provide and maintain all non-capital equipment, supplies, and materials needed to perform
the services required under this Agreement, which must be approved by the Airport Authority, and will not be
changed, removed, or replaced without prior approval of the Airport Authority. By way of illustration and not
limitation, such equipment, materials, and supplies including all Safety Data Sheets (SDS), and other
mechanisms necessary for required janitorial service, preparation and cleaning of all general surfaces and
types, , cleaning carts, hand trucks, mopping tanks, water hoses, polishing machines, appropriately sized trash
barrels, brooms, ladders, dust pans, pails, scrapers, polishing materials, such as waxers, sealers, applicators,
putty knives, pad holders and handles or any other equipment, materials and supplies generally used in the
industry for providing janitorial services which is not specifically supplied by the Airport Authority.
a. Currently the Airport Authority provides all toilet tissue, paper towel, can liners and hand soap, and
sanitizer. The contractor may be asked to procure these items on behalf of the Authority in the future.
d) Pay all operating expenses in accordance with a pre-approved Annual Operating Budget. The Contractor will
be reimbursed on a monthly basis for budgeted Reimbursable Expenses. Contractor shall also be reimbursed
for other non-budgeted Non-Recurring Expenses providing that the Airport Authority deems such Non-
Recurring Expenses necessary for the operation of the airport facilities and approves these expenditures in
advance.
e) Ensure that all equipment is always kept in good operating and clean condition. Equipment found to be dirty,
or miss used, by the Facility Manager or Designee, the contractor will incur a $50 charge per occurrence.
Damage to equipment must be reported immediately to the Facility Manager or Designee. Unreported
damage to equipment by the contractor will incur an additional $250 charge per occurrence.
f) The Contractor is responsible for maintaining all equipment reimbursed by the Authority in accordance with
manufacturer’s specifications. All equipment damaged or lost due to misuse, abuse, or neglect shall be
repaired or replaced at the expense of the Contractor.
g) With respect to complaints regarding cleanliness or service, the Contractor will furnish to the Airport Authority
a full written report of the circumstances involved within 48-hours after Contractor’s receipt of said complaint.
h) Provide a daily report from previous day documenting the number of personnel, hours worked, and checklist
of cleaning services performed by time and shift.
2) STANDARDS OF SERVICE:
a) Quality of Service: Contractor must hold technical competence, personal character, positive image, responsive
and informative communication, and appropriate care of property in high priority.
b) Professional Integrity: The Contractor and its representatives will conduct themselves with the highest moral
and ethical standards which will include, but not be limited to, the following:
RFP #2403: Janitorial Services
4
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Bid Title: Bid for Janitorial Service at 9th St Parking Deck and Train ...

City of Holland

Bid Due: 5/13/2024

...address of authorized contact 6) Full Service Rental Rate (includes all utilities, all ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/10/2024

...of Interest Due Date. 6) Full-Service Rental Rate (includes all utilities, all janitorial ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/22/2024

...to the Expression of Interest Due Date. 6) Full Service Rental Rate (includes ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.