This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for quote (RFQ) and it does not obligate the Government to award a contract. The purpose of this sources sought announcement is for market research to make the appropriate acquisition decisions and to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classification in relation to North American Industry Classification System (NAICS) 561720.
This is an announcement for 8(a) contractors only solely for informational and market research purposes for CUSTODIAL SERVICES for the Los Angeles International Airport (LAX) located at One World Way, Los Angeles, CA and 651 World Way, Los Angeles.
TOTAL SQUARE FOOTAGE: 22,325 sq. ft.
ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 01/01/2026 thru 12/31/2030 for one base year and four options. (Subject to change at the discretion of the Government)
The General Services Administration (GSA), Region 9 - Public Building Services (PBS) is seeking for a 8(a) contractor who can provide custodial services to include but not limited to the following:
- Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract.
- Ensure their employees are properly trained, licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by Federal, State, or local laws; codes, or ordinances.
- Be responsible to make the management and operational decisions to meet the quality performance standards required under this contract.
- Use innovation, technology and other means and methods to develop and perform the most efficient cleaning services for the building.
- Implement an effective Quality Control Plan (QCP).
- Implement an effective service call system that results in prompt, professional, and courteous resolution of tenant concerns.
- Keep the Contracting Officer (CO) or their designee informed of current status of the work being performed; provide all submittals and other pertinent information needed by the CO or their designee.
This requirement is subject to Department of Labor’s (DOL) Service Contract Labor Standard (SCLS) Wage Determination for this location, per Federal Acquisition Regulations (FAR) Subpart 22.10 – Service Contract Labor Standards.
This acquisition will set aside 100% for the Small Business 8(a) program. The offeror must be a small business 8(a) firm and capable of performing work under the NAICS Classification 561720 (Janitorial Services). The contemplated NAICS code is 561720 and size standard is $22 million. This notice in no way obligates the Government to any further action.
SUBMISSION OF INFORMATION: Interested parties having capabilities necessary to meet or exceed the stated requirements are invited to provide a Capability Statement to contribute to this market research/Sources Sought Notice including commercial market information and company information.
All responses to this Sources Sought Notice must be recieved no later than April 16, 2025 at 4:00 P.M. (PST) via email to scott.haubert@gsa.gov and tanya,wirth@gsa.gov. When responding via email, ensure the following title is within the subject line of the email: “SOURCES SOUGHT: LAX Custodial Services – 2025 and that the submitted Capability Statement includes the following information:
- Company name, address, phone number, and point of contact.
- Company UEI and Cage number.
- Company Tax Identification Number (TIN).
- Capability Statement not to exceed five (5) pages to include the company’s experience, knowledge, and past performance history related to the custodial services referenced in this sources sought (font shall be no smaller than 10-point). The capability statement should address the following items:
- Capability of contractor to have sufficient experience, expertise, and certifications to provide operations and maintenance of the total square footage as noted above in Building Statistics.
- 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 telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.
- Contractor’s capability of meeting the Security Requirements governed by GSAR 552.237-70, 552.237-71 and FAR 52.204-9.
- Proof of active 8(a) Certification from the Small Business Administration’s (SBA) Dynamic Small Business Search (DSBS) - https://web.sba.gov/pro-net/search/dsp_dsbs.cfm.
- Current active SAM’s registration from www.sam.gov.
Questions regarding this Sources Sought may be emailed to scott.haubert@gsa.gov and tanya.wirth@gsa.gov. This IS NOT a request for proposals (RFP/RFQ).
All responses are voluntary, and the Government is not obligated to any costs associated to a submitted response to this announcement.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; 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 Sources Sought Notice or Government use of any information provided.