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, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide comprehensive grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC) from January 1, 2026, to December 31, 2030. The contract, structured as a firm-fixed-price agreement with four optional one-year extensions, includes services such as grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, all of which must adhere to strict environmental compliance standards. Interested small businesses must submit their proposals by December 1, 2025, and are encouraged to attend a site visit on November 5, 2025, with questions due by November 10, 2025. For further details, contractors can contact 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 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
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves deferred maintenance at three backcountry airstrips—Chamberlain, Cabin Creek, and Cold Meadows—within the Payette National Forest in Idaho. The project aims to enhance airstrip infrastructure through various tasks, including tree removal, installation of drainage systems, construction of tie-downs and information boards, and overall grading, while adhering to strict environmental regulations and utilizing non-motorized equipment. This initiative is crucial for maintaining safe access to remote areas and ensuring the functionality of these airstrips, which are vital for emergency services and recreational access. Proposals are due by January 9, 2026, and interested contractors should contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further details.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking 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 in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    Eielson AFB Grounds Maintenance
    Buyer not available
    The Department of Defense, through the 354th Contracting Squadron, is seeking potential sources for grounds maintenance services at Eielson Air Force Base (AFB) in Alaska, covering an estimated 3,500 acres. This Sources Sought Notice aims to gather information for planning purposes and is not a commitment to issue a Request for Quotation (RFQ). Interested parties are encouraged to submit a capability statement, detailing past work experience, subcontracting arrangements, and their organization’s business size and socioeconomic status under NAICS Code 561730. Responses and inquiries should be directed to Contract Specialist Tara Richmond at tara.richmond@us.af.mil or by phone at 907-377-7482.
    Grounds Maintenance Services TX019
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal Grounds Maintenance Services at the Corpus Christi ARC in Corpus Christi, Texas. The procurement includes a base period of performance from December 16, 2025, to December 15, 2026, with the potential for four additional option years and a six-month extension of services. These landscaping services are crucial for maintaining the operational readiness and aesthetic quality of military facilities. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or by phone at 520-706-0368 for further details regarding this Total Small Business Set-Aside opportunity.