Lafayette Regional Airport Janitorial Services Contract 2025 Attachment: Appendix 8 - SBE Forms.pdf 
Louisiana > Lafayette Regional Airport
RFP: 6159630
Listing Information/Advertisement
PUBLIC NOTICE
LAFAYETTE REGIONAL AIRPORT
JANITORIAL SERVICES CONTRACT - 2025
 
            The Lafayette Airport Commission (LAC) is requesting proposals from experienced and professional commercial janitorial firms for full scale janitorial services for the following contract.
 
LAFAYETTE REGIONAL AIRPORT
JANITORIAL SERVICES CONTRACT
LAFAYETTE REGIONAL AIRPORT (200 TERMINAL DRIVE) &
QUICK TURNAROUND FACILITY – QTA (133 FUEL DRIVE)
 
The Lafayette Airport Commission (LAC) is seeking sealed written proposals from experienced and qualified commercial janitorial service providers to provide full service janitorial services to the Lafayette Regional Airport Terminal Building and the Quick Turnaround Facility (QTA). The work contemplated under this Service Contract with the LAC includes all personnel, labor, supervision, training, uniforms, materials, supplies (including rest room supplies and consumables), insurance, transportation, equipment, and services necessary to fulfill the contract in accordance with the Specifications and in accordance with the manufacturer’s specifications.
 
Anticipated contract period is October 1, 2025 through December 31, 2030.
 
Sealed proposals will be received in accordance with the Instructions to Proposers and must be received no later than Thursday, July 24, 2025 at 9:00 a.m. by the LAC. Proposals received after the specified closing time will be returned to sender unopened.
 
The Request for Proposals (RFP), which includes the draft contract and scope of services may be obtained at the administrative offices of the LAC, 200 Terminal Drive - Suite 200, Lafayette, LA 70508, (337) 703-4800, Monday through Friday, 8:00 a.m. – 4:00 p.m. Each interested party requesting a printed RFP will be required to submit, to the LAC, a $50.00 non-refundable deposit to cover the cost of reproduction. The RFP in PDF format may be obtained, at no cost, by sending an email request to Jennifer Comeaux at [email protected] and Toni Crawford at [email protected]. The RFP is also available online at https://www.centralauctionhouse.com.  Use only original Proposal forms which are part of the RFP. The LAC does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of the RFP.
 
Questions regarding this solicitation shall be placed in writing and directed to:
 
Jennifer Comeaux, Property Administrator and
Toni Crawford, Assistant Property Administrator/DBELO
200 Terminal Drive, Ste. 200
Lafayette, LA 70508
E: [email protected] and [email protected]
 
A non-mandatory pre-proposal conference will be held on Tuesday, July 8, 2025 at 1:00 p.m. in the Administrative Conference Room of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. All prospective Proposers are encouraged to attend. A site visit along with important Security and SBE Program information and requirements which may affect proposals will be presented at this meeting. Any questions regarding the RFP are requested to be submitted, in writing, prior to the pre-proposal meeting to [email protected] and [email protected] but no later than   Thursday, July 17, 2025 at 9:00 a.m. No additional site visits with LAC personnel will be conducted.
 
The LAC reserves the right to hold all Proposals for up to sixty (60) days from the date of receipt without action, to waive any irregularities in any proposal and/or any informalities in this RFP, to cancel this RFP, to reject any or all proposals, to re-advertise for proposals, and/or to accept the proposal which, in the judgement of the LAC, even though it does not offer the lowest direct expenditure, is nevertheless deemed the most advantageous for the public and the LAC, i.e., the most responsible proposal.
 
            The LAC, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit Proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
 
It is the policy of the Lafayette Airport Commission to create a level playing field on which Small Business Enterprises (SBEs) can compete fairly for opportunities.  Accordingly, the Lafayette Airport Commission has established a Small Business Enterprise Participation Goal of 18.88% for this solicitation.
 
In compliance with the Lafayette Airport Commission’s commitment to inclusion of small businesses and to be eligible for award of a contract, the Proposer MUST either:
1.   Meet the SBE goal as advertised with meaningful small (or disadvantaged) business participation through subcontracts, joint ventures, or suppliers; OR
2.   Demonstrate Good Faith Efforts to meet the SBE goal.
 
An SBE must meet the following criteria:
 
The firm MUST be at least 51% owned and controlled by an economically disadvantaged individual. Economically disadvantaged is defined as a person whose personal net worth is less than $1.32 million.  
The economically disadvantaged owner MUST be a U.S. citizen or lawfully permanent resident of the U.S.   
The firm MUST meet the Small Business Administration’s size standard and MUST NOT exceed $23.98 million gross receipts. 
LAC will accept certified Small Entrepreneurs certified through the Louisiana Division of Administration (LDOA) - Louisiana Hudson Initiative Small Entrepreneurship Program. Small entrepreneurs certified through the LDOA Hudson Initiative can found at https://smallbiz.louisianaeconomicdevelopment.com/Search/default.aspx .
 
LAC will also accept businesses certified as SBE by the Louisiana Department of Transportation and Development (LADOTD) Small Business Element (SBE) Program and/or firms that are DBE certified through Louisiana Unified Certification Program (LA UCP).  SBE and DBE firms certified by the LADOTD can be found at http://www.laucp.org/UCP/UCPSearch.aspx.
 
 
 
Lafayette Airport Commission
 
/s/ Steven L Picou, A.A.E. Executive Director
Lafayette Regional Airport
 
 
To Be Advertised:
 
Wednesday, June 25, 2025
Wednesday, July 2, 2025
Wednesday, July 9, 2025

BID SUBMITTAL INFORMATION
Creator Username: LFTAIRPORT
Bidding Privacy: Bid encryption
Started: 25-Jun-2025 4:00:00 PM CDT
Ends: 24-Jul-2025 9:00:00 AM CDT ( 23d, 8h+ )
History: 153 Views, Messages
Event Status: Event open for bids
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
DOWNLOAD BID DOCUMENTS
Appendix 8 - SBE Forms.pdf (548.6 KB)
Exhibit I - Terminal O&M - Architectural Surfaces Care Maintenance.pdf (92.7 KB)
Exhibit F - Terminal Building Second Floor - Floor Plan.pdf (1.2 MB)
Exhibit E - Terminal Building First Floor - Floor Plan.pdf (1.0 MB)
Exhibit I - Terminal O&M - Armstong Ceiling Systems - Cleaning and Maintainance Manual.pdf (56.3 KB)
Exhibit I - Terminal O&M - Carpet Tile LVT Close-Out Complete (1).pdf (4.3 MB)
Exhibit I - Terminal O&M - Cleaning Instructions, Gordon Inc.pdf (769.5 KB)
Exhibit I - Terminal O&M - Hanstone Care & Maintenance.pdf (398.1 KB)
Exhibit I - Terminal O&M - Carpet Tile LVT Close-Out Complete (2).pdf (7.2 MB)
Exhibit I - Terminal O&M - Ceramic Complete.pdf (7.2 MB)
Exhibit I - Terminal O&M - Wall Paint.pdf (119.7 KB)
Exhibit I - Terminal O&M - K9Grass-Maintenance.pdf (2.5 MB)
Exhibit I - Terminal O&M Carpet Tile and Resilient Plank Flooring.pdf (4.3 MB)
Exhibit I - Terminal O&M - Restroom Fixtures O&M.pdf (5.2 MB)
Exhibit I - Terminal O&M Parkut Security Booth.pdf (107.9 KB)
Exhibit I - Terminal O&M Quartz Care & Maintenance.pdf (127.5 KB)
Exhibit I - Terminal O&M Ceramic Tile.pdf (7.2 MB)
Exhibit I - Terminal O&M Fixtures.pdf (5.2 MB)
Exhibit I - Terminal O&M Roller Shade Closeouts.pdf (687.4 KB)
Exhibit I - Terminal O&M Terrazzo - Damp Mop.pdf (532.9 KB)
Exhibit I - Terminal O&M Resinous Flooring.pdf (8.3 MB)
Exhibit I - Terminal O&M Toilet Accessory and Toilet Partition.pdf (553.4 KB)
Exhibit I - Terminal O&M Synergy Glass.pdf (4.4 MB)
Exhibit I - Terminal O&M Wilsonart Solid Surface.pdf (468.0 KB)
Exhibit I - Termional O&M Elevator and Escalator.pdf (1.1 MB)
Exhibit J - QTA O&M Acoustical Ceilings.pdf (136.2 KB)
Exhibit J - QTA O&M Armstrong Prelude XL.pdf (255.5 KB)
Exhibit J - QTA O&M Blinds.pdf (73.4 KB)
Exhibit J - QTA O&M - Millwork & Countertops.pdf (2.2 MB)
Exhibit J - QTA O&M Glass.pdf (542.0 KB)
Exhibit J - QTA O&M Resilient Base Johnsonite.pdf (111.3 KB)
Exhibit J - QTA O&M Resinous Floors Dur-A-Flex.pdf (278.4 KB)
Exhibit I - Terminal O&M Terrazzo.pdf (4.8 MB)
Exhibit J - QTA O&M Paint.pdf (1.2 MB)
Public Notice.pdf (126.9 KB)
Exhibit J - QTA O&M Toilet Accessories.pdf (808.7 KB)
Janitorial Request for Proposal.pdf (15.3 MB)
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::