SEA ATCT, TRACON, ARTCC Grounds Maintenance
ID: 697DCK-25-R-00405Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC). The contract will encompass a range of services including grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, with a performance period from February 1, 2026, to January 31, 2031, following the recent amendments to the solicitation. This procurement is critical for maintaining the operational integrity and environmental compliance of FAA facilities, ensuring they remain safe and accessible. Interested parties must submit their proposals by January 9, 2026, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.

    Point(s) of Contact
    Jennifer J Davis
    jennifer.j.davis@faa.gov
    Files
    Title
    Posted
    This government solicitation, RFP number 697DCK-25-R-00405, issued by the Federal Aviation Administration (FAA), outlines requirements for grounds maintenance services at Seattle ATCT, TRACON, and ARTCC facilities from January 1, 2026, to December 31, 2030, with four one-year options. The services include grass cutting, edging, fertilization, litter collection, vegetation removal, tree and shrub pruning, and irrigation maintenance, with specific seasonal frequencies. Contractors must provide firm fixed prices for these services, encompassing all associated costs. An optional site visit is scheduled for October 15, 2025, and all questions regarding the solicitation are due by October 20, 2025. The document also details various contractual clauses, including those related to payment, insurance, labor standards, hazardous materials, and electronic commerce, emphasizing compliance with FAA Acquisition Management System (AMS) regulations and federal laws. It also includes clauses on the Buy American Act and the System for Award Management (SAM) registration.
    Amendment 0002 for solicitation 697DCK-25-R-00405 outlines the requirements for comprehensive grounds maintenance services at the Seattle ATCT, TRACON, and ARTCC facilities. The amendment incorporates an updated Statement of Work (SOW), site visit sign-in sheet for the ARTCC, and a Questions and Answers document. The contract, with a performance period from January 1, 2026, to December 31, 2030, is structured as a firm-fixed-price and indefinite-quantity agreement, including a base year and four option years. Services encompass grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, with specific frequencies for each facility. The SOW emphasizes environmental compliance, requiring the use of environmentally preferable products, waste diversion, and integrated pest management. The document details four levels of maintenance, from routine upkeep to major renovations, and outlines procedures for indefinite quantity work items like tree removal and erosion control. The government will provide utilities, but the contractor is responsible for all labor, supervision, equipment, and materials, adhering to strict environmental and safety regulations. The previous contract for these services, which were part of a larger janitorial contract, was awarded to Fortis Industries, Inc. for $8,625,866.36. Attachments referenced in the SOW, such as site drawings and maps, are not available, and irrigation systems are only present at the ARTCC.
    Amendment 0003 for solicitation 697DCK-25-R-00405 extends the proposal due date to January 9, 2026, 4:00 PM CT, due to a lack of complete submissions for the SEA ATCT, TRACON, and ARTCC Grounds Maintenance project. The Period of Performance is updated to February 1, 2026, through January 31, 2031. This amendment also incorporates the INTERIM December 2025 version of AMS Clause 3.3.1-40,
    Amendment 0001 to Solicitation 697DCK-25-R-00405, issued by the FEDERAL AVIATION ADMINISTRATION, extends milestone dates for the SEA ATCT, TRACON, ARTCC Grounds Maintenance project due to a government shutdown. Key dates have been updated: Site Visit Attendee List is due by November 4, 2025; Site Visits are scheduled for November 5, 2025, at Seattle TRACON, ATCT, and ARTCC. Questions are due by November 10, 2025, with answers provided by November 13, 2025. Proposals are now due by December 1, 2025. All other terms and conditions of the original solicitation remain unchanged. The Period of Performance is set from January 1, 2026, to December 31, 2030.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    GAOA Idaho Airstrip Back Country 2 PNF
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and improvements at three backcountry airstrips: Chamberlain, Cabin Creek, and Cold Meadows. The project requires extensive work including vegetation removal, installation of tie-downs, grading, and the construction of various facilities, all adhering to strict non-motorized and non-mechanical equipment regulations due to wilderness area constraints. This initiative is crucial for maintaining airstrip accessibility and safety in the Frank Church River of No Return Wilderness, with a contract period set from May 15, 2026, to October 12, 2027. Interested small businesses must submit their proposals by January 16, 2026, and can direct inquiries to Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov.
    FY26 Comprehensive Grounds Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive grounds maintenance services at Andersen Air Force Base in Guam for fiscal year 2026. The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel. This opportunity is set aside for HUBZone small businesses, and interested parties can reach out to Tommyjay Taitano at tommyjay.taitano@us.af.mil or by phone at 315-366-6620 for further details. The solicitation includes additional information in the attached documents, which potential bidders should review carefully.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures, requiring comprehensive work including asphalt replacement, concrete repairs, and installation of new lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and will be awarded based on a Firm Fixed-Price arrangement, with a performance period of 60 calendar days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a mandatory site visit scheduled for December 18, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Flight Attendant Drug and Alcohol Program (FADAP) Support Services Contract
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide support services for the Flight Attendant Drug and Alcohol Program (FADAP). The procurement aims to identify vendors capable of maintaining outreach infrastructure, developing educational materials, conducting training seminars on peer identification and intervention, and offering administrative support for the program. These services are crucial for ensuring the effectiveness of FADAP, particularly in light of potential modifications due to public health considerations. Interested vendors must submit their responses to the Request for Information (RFI) by January 22, 2026, and can direct inquiries to the FAA AAQ 460 Contracting Office via email at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    Grounds Maintenance and Snow Removal Services - JBAB
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is seeking qualified small businesses to provide Grounds Maintenance and Snow Removal Services at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial (AFM). The procurement includes comprehensive grounds maintenance tasks such as mowing, trimming, pest control, and snow/ice removal, with specific performance standards outlined in the attached Performance Work Statement (PWS). These services are crucial for maintaining the operational readiness and aesthetic quality of the military installations. Interested parties should express their interest and capabilities by contacting James Carnes or Sahmiyah Darby via email or phone, as this is a Sources Sought announcement and not a solicitation for bids.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple power panels at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. This project aims to modernize the electrical infrastructure by replacing outdated power panelboards and ensuring compliance with FAA specifications and safety standards. The contract is set aside for small businesses, with an estimated value under $100,000, and requires adherence to prevailing wage rates as specified by the Department of Labor. Interested contractors must submit their proposals electronically by January 29, 2026, and can direct inquiries to Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799.