Janitorial Service for Kona TOWB (SSC), Hilo TOWB (SSC), & Maui OGG ATCT
ID: 697DCK-25-R-00041Type: Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

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 janitorial services for its facilities located in Hilo, Kona, and Kahului, Hawaii. The procurement requires the contractor to supply all necessary personnel, equipment, and materials to perform comprehensive cleaning services, including window and shade maintenance, in accordance with the detailed Statement of Work (SOW) provided. These services are crucial for maintaining operational efficiency and hygiene standards within FAA facilities, ensuring a clean and safe environment for staff and visitors. The contract performance period is set from August 1, 2025, to July 31, 2030, with proposals due by May 22, 2025. Interested parties should direct inquiries to John Space at john.g-ctr.space@faa.gov or Angela Furukawa at angela.furukawa@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for contract services, specifically janitorial services for various Federal Aviation Administration (FAA) facilities across Hawaii, including Hilo, Kona, and Kahului airports. The contractor must provide comprehensive personnel, tools, and materials necessary to meet the requirements as specified in the Statement of Work (SOW) with a performance period from August 1, 2025, to July 31, 2030. The solicitation details multiple contract line items for both janitorial and window/shade cleaning services, each requiring separate pricing for proposed bids. Compliance with federal regulations, including the provision of services during national emergencies, is emphasized throughout the documentation. Important clauses in the solicitation address cost structure, administrative data, payment procedures, and the contractor's obligations for performance. The document includes provisions for electronic correspondence, contractor registration in the System for Award Management (SAM), and adherence to waste management protocols. Ultimately, the solicited services aim to maintain FAA facilities efficiently while adhering to regulatory oversight and operational standards.
    The document is an amendment to a federal solicitation concerning janitorial services for FAA facilities. It outlines necessary changes to the solicitation, specifically, the addition of site visits for vendors. These visits are optional and require prior registration, with specific details about meeting locations, dates, and times provided. The amendment maintains the original bid due date of May 22, 2025, and states that the performance period for the contract will run from August 1, 2025, to July 31, 2030. The contractor is expected to supply all necessary personnel and resources to fulfill janitorial service requirements as specified in the Statement of Work (SOW) attached to the document. Additional clarification is provided regarding communication protocols during site visits, emphasizing that questions should be submitted in writing to the Contracting Officer, and not asked of accompanying FAA personnel. This structured approach aims to ensure clarity and compliance in the procurement process while facilitating vendor participation.
    The Contractor Staffing Access Questionnaire is designed to determine the access needs of contractor employees in preparation for potential contract awards with the FAA. Contractors are required to estimate the number of employees—full and part-time—who will support the contract and specify their labor categories. For each labor category, contractors must provide information regarding position titles, employee count, and whether those employees will need routine access to FAA facilities, FAA computer systems, or Sensitive Unclassified Information (SUI). The questionnaire includes three standard labor categories but allows for additional categories as necessary. The completion and submission of this questionnaire is essential for the FAA to assess security investigation requirements and identify appropriate badging needs for contractors and their staff. This document is critical within the context of government RFPs and grants, as it ensures that all personnel involved in FAA contracts meet access and information security standards.
    The document outlines the requirements for a Customer Satisfaction Survey related to Solicitation # 697DCK-25-R-00041 by the Federal Aviation Administration (FAA). Companies submitting proposals for this solicitation must ensure that the Customer Satisfaction Surveys are completed and submitted directly by the customers to the designated FAA Contracting Officer via email by May 21, 2025. The survey collects critical feedback regarding the performance of the contractor, specifically in areas such as timeliness of service, responsiveness to needs, problem-solving capabilities, and overall service satisfaction. Respondents are prompted to rate these aspects on a scale from excellent (5) to unacceptable (1), accompanied by space for additional comments. It is emphasized that surveys submitted directly by bidders will not be accepted, underscoring the importance of impartial feedback. The purpose of this document aligns with the broader context of federal RFPs, aiming to ensure that the FAA selects qualified contractors based on previous performance standards, thereby enhancing service delivery in aviation operations.
    The document outlines a solicitation for janitorial services at various Federal Aviation Administration (FAA) facilities across Hawaii, specifying requirements, regulations, and terms of performance. It includes a detailed scope of work, stating that the contractor must supply all necessary personnel, materials, and management for janitorial services, including window and shade cleaning, with minimum standards and frequencies to maintain. The performance period spans from August 1, 2025, to July 31, 2030, with options for extensions into subsequent years. The document establishes evaluation criteria for offers and requires compliance with regulations governing federal contracts. It stresses the need for electronic documentation and defines terms related to offers and submissions. The solicitation also includes clauses related to waste management, environmental compliance, and the importance of maintaining records. Additionally, it notes procedural requirements for payment and continuity of services during emergencies or national crises, as well as the obligations of contractors regarding subcontracting, labor laws, and anti-kickback provisions. The overarching aim is to procure reliable, compliant janitorial services while ensuring adherence to governmental policies and standards for federal contracting.
    The document outlines the Statement of Work (SOW) for Cab Window and Shade Cleaning Services at the Hilo Control Facility (ATCT) in Hawaii. The contractor is responsible for providing all necessary labor, materials, and tools to maintain cleanliness with specific requirements: weekly cleaning of interior cab windows, monthly cleaning of exterior windows, and bi-monthly cleaning of cab shades. Services must align with government operational hours, minimizing disruption to regular activities. The contract is set for one base year with four optional extensions. Contractors must ensure the protection of government property, maintain safety standards, and train staff in safe practices. Security measures are emphasized, including personnel background checks. A quality control program is required to ensure compliance and performance standards. The contractor will also manage utility conservation and coordinate work with other entities. The agreement contains provisions for unforeseen facility closures and specifies conditions for the disposal of hazardous materials, ensuring a high standard of cleanliness and safety throughout the contract period.
    The Statement of Work for Janitorial Services at Federal Aviation Administration (FAA) facilities outlines comprehensive cleaning protocols, performance standards, and qualifications for a contractor. It mandates the provision of all necessary personnel and equipment, emphasizing a structured Quality Control Plan to ensure compliance with the detailed tasks in various operational areas. The contractor is responsible for site-specific cleaning duties, including waste management and maintenance of cleanliness in restrooms, offices, and public areas, with safety protocols for handling cleaning products and waste. Personnel must be trained in best practices and maintain a professional appearance while adhering to security regulations. Training includes knowledge of cleaning procedures and safety standards as per OSHA guidelines. The FAA will conduct regular inspections of contractor performance, and any discrepancies must be corrected promptly. Additionally, the contractor is tasked with safeguarding government property and ensuring minimal disruption to FAA operations during cleaning hours. Clear communication and timely reporting of issues to the Contracting Officer’s Representative (COR) are emphasized throughout the document, highlighting the criticality of meeting quality and safety standards in these government facilities.
    The Kahului Control Facility requires comprehensive cleaning services for its tower cab windows and shades, operational daily from 6 A.M. to 11 P.M. during Daylight Savings Time. The contractor will provide all necessary labor, tools, equipment, and materials, performing cleaning services weekly while minimizing disruptions to government operations. The cleaning processes include washing both the interior and exterior of windows, ensuring they are streak-free, and using delicate cleaning techniques for the shades. The contract comprises one base year with four optional renewal years, with the government holding the right to extend if needed. The contractor will ensure that employees comply with security regulations and obtain appropriate background checks. They must also train staff in safety measures and maintain sanitary conditions during operations. The contractor is required to coordinate work schedules with the Contracting Officer’s Representative (COR) and adhere to specific guidelines regarding cleaning frequency, quality control, and the handling of materials. Inspections by the government can occur to ensure compliance with standards. This cleaning contract underscores the necessity of regular maintenance for operational efficiency while respecting government property and procedures.
    The Kona Control Facility (ATCT) requires cleaning services for cab windows and shades, scheduled twice monthly during operational hours to minimize disruption. The contract spans one base year and four option years, with the possibility of extension. Contractors must provide all necessary materials and adhere to standards to prevent interference with government operations. The scope includes detailed cleaning protocols for windows and shades, ensuring clear visibility and protective measures for government property. Contractor personnel must undergo background checks and demonstrate professionalism, reporting issues and maintaining safety protocols. Quality control measures will be enforced, with government inspections allowed to ensure standards are met. The contractor is responsible for all equipment and materials, with clear guidelines for utility conservation and handling hazardous materials. Employee training on safety and proper cleaning procedures is mandated. This Statement of Work outlines critical expectations for contractor performance within government facilities, ensuring high standards of cleanliness and operational efficiency.
    The document outlines the scope of work (SOW) for cleaning and maintenance services at the KONA ATCT (FCT) & SSC facility, located at 73-230 Wekeula St., Kailua-Kona, HI. Operational hours for cleaning are from 6 AM to 10 PM, with various designated areas quantified for maintenance. The facility includes shared office spaces, conference rooms, reception areas, corridors, breakrooms, and mechanical rooms, with specific square footage and cleaning frequency indicated for each area. Estimations for the total square footage and the number of restroom facilities are detailed, emphasizing the importance of ongoing maintenance for operational efficiency. The cleaning frequency ranges from daily to quarterly for different spaces, ensuring that all environments remain sanitized and presentable. The purpose of this document reflects a government Request for Proposals (RFP) focused on securing a vendor for facility cleaning and maintenance, highlighting the need for strategic planning in service delivery. This structured format ensures that potential bidders understand the specifications, requirements, and scope necessary to fulfill the contract, underlining the importance of cleanliness and operational standards within government buildings.
    The document outlines the cleaning and janitorial service requirements for the Kahului Air Traffic Control Tower (OGG) and the NWS Building located at Kahului Airport, Hawaii. It specifies operational hours, cleaning schedules, and the areas needing maintenance within the facility, emphasizing that services in the tower cab must occur between 7:00 PM and 7:30 AM. Detailed estimates of square footage for various facility areas are provided, including single and shared offices, conference rooms, restrooms, and mechanical and janitor areas. The cleaning frequency is categorized, with various areas designated for different maintenance schedules, including daily, weekly, and monthly services. Important considerations for maintaining cleanliness, such as managing waste and cleaning surfaces, are also highlighted. The purpose of this document is to guide proposals for janitorial services, ensuring that all cleaning operations meet the needs of the facility and comply with federal standards. Following these specifications will enhance the operational environment and maintain hygiene standards throughout the premises.
    The document outlines the operational and maintenance specifications for the Hilo ATCT/ITO facility in Hawaii, focusing on cleaning services and spatial requirements. It lists varying frequencies for the cleaning of various areas, including shared office spaces, restrooms, reception areas, and breakrooms. Operational hours are designated from 6 a.m. to 10:30 p.m., with specific timeframes for cleaning Monday through Friday. The document provides detailed estimated square footage for different facility components, such as corridors and equipment rooms, alongside a chart to denote the frequency of cleaning to occur in designated areas (e.g., daily, weekly, or monthly). It emphasizes the importance of hygienic maintenance, especially in high-use areas and restrooms, which impact operational effectiveness. The purpose of this file aligns with federal RFPs for service contracts, aiming to attract bids from qualified vendors for facility maintenance, thereby ensuring compliance with health standards and operational efficiency. Its structured format aids bidders in understanding scope and requirements for service provisions.
    The document outlines the Statement of Work for janitorial services at Federal Aviation Administration (FAA) operational facilities. It specifies that the contractor must provide personnel, equipment, and materials for cleaning services in compliance with established standards and protocols. Key responsibilities include maintaining cleanliness across various facility types, including restrooms, kitchens, and operational areas, while adhering to safety and quality control measures. The document details personnel requirements, emphasizing the need for a qualified contract manager and trained employees who follow safety regulations and cleaning protocols. A Quality Control Plan must be established to ensure service quality, with regular inspections and performance reviews conducted by the FAA. Additional guidelines cover physical security, proper waste disposal, utility conservation, and adherence to regulations surrounding hazardous materials. Overall, the Statement of Work mandates that all cleaning activities must not interfere with FAA operations, showcasing the agency's commitment to maintaining high standards of cleanliness and safety within its facilities.
    The Federal Aviation Administration (FAA) is conducting a Market Survey to assess the availability of qualified sources for janitorial services at its facilities in Hilo, Kona, and Maui, Hawaii. This initiative aims to gauge the marketplace and potentially identify opportunities for small and socially disadvantaged businesses (SEDB/8(a)). The survey is purely informational and will guide the FAA in deciding whether to set the contract aside for certain types of businesses. Interested vendors must submit specific information, including their business details, size status, and proof of registration in the System for Award Management (SAM). The responses must be received by 6:00 PM Pacific Time on February 28, 2025, via email. The janitorial work will encompass a comprehensive set of responsibilities as outlined in the Statement of Work. This market survey does not guarantee future business with the FAA and emphasizes that any costs associated with the response are at the vendors' expense. The FAA may either issue a consolidated solicitation for one contract or multiple contracts based on the responses received. Overall, this survey highlights the FAA’s commitment to ensuring competitive procurement while supporting small businesses.
    The document outlines wage determinations under the Service Contract Act, set by the U.S. Department of Labor. It specifies minimum wage rates applicable to federal contracts, primarily driven by Executive Orders 14026 and 13658. For contracts started or renewed after January 30, 2022, the minimum wage is $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour unless stated otherwise. The determination includes wage rates for various occupations in Hawaii, detailing hourly rates along with fringe benefits such as health and welfare, vacation, and holiday provisions. Employees of specified occupations may receive additional pay for hazardous work or uniform allowances. The document emphasizes requirements related to paid sick leave and offers guidance for contractors regarding unlisted service classifications through a conformance request process. This file is crucial for contractors bidding on federal projects, ensuring compliance with wage laws and employee protections.
    The document outlines Wage Determination No. 2015-5739 issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage and fringe benefit requirements for contractors in Hawaii, specifically in Maui and Kalawao counties. The primary focus is on contracts entered into or renewed after January 30, 2022, necessitating a minimum hourly wage of at least $17.75 or an applicable higher rate, depending on contract specifications. The document provides detailed wage rates for numerous occupational classifications, ensuring compliance with Executive Orders 14026 and 13658 regarding minimum wage and sick leave provisions. Additionally, it specifies various health and welfare benefits, vacation, and holiday entitlements for workers. The conformance process for unlisted job classifications is outlined to ensure fair compensation for all employees engaged in service contracts, reflecting the intention of protecting workers under federal regulations. This wage determination serves as a guideline for government RFPs and grants, influencing contract proposals and labor standards in federal and state contracting scenarios.
    Similar Opportunities
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Custodial Services
    Dept Of Defense
    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.
    Bradshaw Army Airfield Obstruction Survey
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Hawaii, is seeking qualified contractors to conduct a Military Airfield Obstruction Survey at Bradshaw Army Airfield, located in the Pohakuloa Training Area of Hawaii. The primary objective of this procurement is to identify airspace penetrations and recommend mitigation measures to ensure compliance with FAA and military aviation safety standards, supporting the recertification of the airfield. This opportunity is a total small business set-aside under NAICS code 541370, with a firm-fixed price contract expected to be awarded based on technical capability and pricing, with quotes due by September 19, 2025, at 09:00 AM HST. Interested parties can direct inquiries to Shirl Rivera at shirl.m.rivera.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.