Janitorial Services for Bangor, ME ATCT and TRACON
ID: 697DCK-26-R-00005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, RFP number 697DCK-26-R-00005, issued by the Federal Aviation Administration (FAA), outlines requirements for janitorial services at the Bangor ATCT and TRACON facilities. The contract includes a base year (March 1, 2026, to February 28, 2027) and four option years, extending service potentially until February 28, 2031. Key aspects include an optional site visit on December 3, 2025, and a deadline for questions on December 5, 2025. The document details contract clauses covering critical areas such as continuity of services during national emergencies, electronic commerce, prompt payment, System for Award Management (SAM) registration, limitations on subcontracting, and prohibitions on certain foreign telecommunications and IT equipment (Kaspersky Lab, ByteDance/TikTok, and FASCSA orders). It also addresses hazardous material identification, waste management, and equal opportunity for veterans and individuals with disabilities, emphasizing the importance of uninterrupted, compliant service.
    This Statement of Work (SOW) outlines the requirements for janitorial services at Federal Aviation Administration (FAA) operational facilities. The contractor must provide all necessary personnel, equipment, materials, and supervision to perform cleaning tasks, adhering to specified standards and frequencies. Key areas covered include waste management, grounds policing, surface cleaning, window and floor maintenance, and specialized cleaning for restrooms, kitchens, wellness centers, and operational areas. The document details personnel requirements, including a contract manager and trained employees, along with strict guidelines for quality control, physical security, work schedules, utility conservation, and safety. It also specifies government-furnished property and contractor-furnished items, emphasizing the importance of approved equipment and supplies. The SOW highlights the need for a comprehensive Quality Control Plan, regular inspections, and adherence to safety and environmental regulations, ensuring no interference with FAA operations.
    The Bangor ATCT and TRACON (BGR ATCT) facility, located at 85 Tower Rd, Bangor ME 04401, operates 24/7. This document outlines the cleaning and maintenance schedule for various areas within the facility, including operational areas, offices, conference rooms, breakrooms, restrooms, and exterior spaces like smoking areas and sidewalks. The timeframe for cleaning operational areas is specified as 5 PM - 9 PM. The schedule details the frequency of tasks such as waste/recycle receptacle policing, dusting, vacuuming, mopping, cleaning glass, and replenishing supplies. Frequencies range from daily (1x Day, 7 Days/Wk or 5 Days/Wk) to weekly, monthly, and quarterly, indicated by codes like D7, D5, W, M, and Q. The document also provides a breakdown of restroom types, quantities, and square footage, along with flooring types (carpeted and uncarpeted) for each area. This comprehensive cleaning regimen ensures the facility's upkeep and adherence to specific maintenance standards.
    This government file, identified as ATTACHMENT J-7 and associated with RFPs 697DCK-24-R-00008 and 697DCK-26-R-00005, outlines a proposal pricing sheet for services at the Bangor ATCT/SSC. The document details a contract structure spanning a base period and four option years, with each period having a defined performance timeframe. The pricing sheet includes line items (CLINs) for the base period (03/01/2026 – 02/28/2027) and subsequent option years through February 2031. Although specific monetary values are not provided in this excerpt, the document's purpose is to establish the framework for submitting monthly and annual prices for the described services over the contract's duration, indicating it is a component of a federal government Request for Proposal for an air traffic control tower/support facility.
    The Federal Aviation Administration (FAA) is soliciting customer satisfaction surveys for Proposal #697DCK-26-R-00005. These surveys are crucial for past performance evaluation and must be submitted directly to stephanie.pfeiff@faa.gov by the company providing the ratings, not by the company bidding on the proposal. The survey requests details such as the name of the submitting company, the company providing the survey, the past performance contract number, type of services provided, and the annual dollar amount of the contract. It includes a rating system from 'Excellent' to 'Unacceptable' across four key areas: timeliness of services, responsiveness to needs/requests, problem-solving capabilities of operations management, and overall service performance. Comments are encouraged for each rating to provide detailed feedback. The survey must be signed and dated by the customer submitting it.
    The Contractor Staffing Access Questionnaire (FAA Form 4400-48) is a crucial document for the Federal Aviation Administration (FAA) to determine the access needs of potential contractor employees. This questionnaire, with OMB Control No. 2120-0595, aims to identify appropriate investigation and badging requirements for contractors upon contract award. Contractors must provide an estimated number of employees (full-time, part-time, and subcontractors) supporting the contract and detail information for each labor category. For each category, contractors must specify position titles, the estimated number of employees, and indicate whether employees will require routine access to FAA facilities for more than 180 days, access to FAA computer systems/networks, or access to FAA Sensitive Unclassified Information (SUI). This information is vital for the FAA to ensure security and compliance with federal regulations regarding contractor access to facilities, systems, and sensitive data.
    The document outlines various government filings and their corresponding codes. It details requirements for federal, state, and local RFPs, as well as federal grants. Key sections address specific regulatory codes and compliance standards for different types of government submissions. The file appears to be a comprehensive reference guide, listing numerous categories and subcategories of filings, each with a unique identifier. It also includes details on various entities and their roles in these processes, alongside specific dates and numerical data. The document emphasizes adherence to established guidelines across multiple governmental layers, indicating a structured approach to administrative and financial compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Trash Collection at FAA ARTCC, Auburn Washington
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for solid waste removal services at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. The contract requires the provision of specific waste receptacles, including a 30-yard open-top container, a 30-yard closed-top container, and an 8-cubic yard cardboard recycle container, with designated pickup schedules and compliance with all applicable waste regulations. This service is crucial for maintaining a clean and efficient operational environment at the ARTCC, which plays a vital role in air traffic management. Interested vendors should note that the period of performance for the contract is from January 1, 2026, to December 31, 2030, and are encouraged to RSVP for an optional site visit on December 4, 2025, by contacting Molly Lipka at molly.lipka@faa.gov. For further inquiries, Todd Butler can be reached at Todd.Butler@faa.gov or by phone at 817-222-4397.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Bethel FAA Station, Alaska, Remedial Action Remedial Investigation, and Site Investigation
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified vendors for a contract involving Remedial Action (RA), Remedial Investigation (RI), and Site Investigation (SI) activities at the Bethel FAA Station in Alaska. The primary objective of this procurement is to remediate soil and groundwater contamination on lands used by the FAA, ensuring the protection of human health at various Areas of Concern (AOCs). This project is critical for maintaining environmental safety and compliance in aviation operations. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 5, 2025, at 1400 Central Time, to be considered for the upcoming solicitation.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.