ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Fleet Janitorial Services Maintenance

DEPT OF DEFENSE FA930125Q0024
Response Deadline
Feb 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Air Force Test Center, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract, valued at approximately $22 million, encompasses both scheduled and unscheduled janitorial services for aircraft, including cleaning galley areas, managing waste, and replenishing supplies, with a performance period from March 2026 to March 2031. This procurement is critical for maintaining operational readiness and hygiene standards for aircraft servicing at the base. Interested vendors 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.

Classification Codes

NAICS Code
561720
Janitorial Services
PSC Code
S201
HOUSEKEEPING- CUSTODIAL JANITORIAL

Solicitation Documents

16 Files
Attachment 1 - Fleet Janitorial Services Performance Work Statement - Dated 12 Dec 2025.pdf
PDF614 KBJan 23, 2026
AI Summary
This Performance Work Statement (PWS) outlines requirements for Fleet Janitorial Services at Edwards AFB, California. The contractor will provide personnel, vehicles, supervision, and other necessary items to perform services for the 412 Test Wing, ensuring compliance with environmental laws and airline fleet service practices. The contract has a five-year period of performance with a six-month extension option, commencing March 2026. Key tasks include cleaning aircraft galleys and lavatories, managing waste, replenishing supplies, servicing potable water systems, and maintaining a monthly servicing log. The PWS details performance objectives, government-furnished property and services, hours of operation, contractor personnel requirements, safety, security, and environmental protection measures.
Attachment 2 - Solicitation - FA930125Q0024 - Dated 12 Dec 2025.pdf
PDF2254 KBJan 23, 2026
AI Summary
This government solicitation, FA930125Q00240002, is for Women-Owned Small Businesses (WOSB) to provide aircraft Fleet Janitorial Services Maintenance. The Request for Proposal (RFP) was issued by FA9301 AFTC PZIO with an offer due date of January 26, 2026. The contract has an estimated total award amount of $22,000,000.00 and covers scheduled and unscheduled janitorial services, as well as a phase-in transition period. The period of performance for services extends from April 1, 2026, to March 31, 2031, with an initial phase-in from March 16, 2026, to March 31, 2026. Key clauses include those related to electronic payment via Wide Area WorkFlow (WAWF), Cybersecurity Maturity Model Certification (CMMC) requirements at Level 1, and limitation of government's obligation for incrementally funded line items. The contract also specifies various FAR and DFARS clauses covering areas such as small business utilization, labor standards, and prohibition on certain foreign procurements, emphasizing compliance and ethical conduct.
Attachment 5 - Site Visit Slides_FA930125Q0024 - Dated 12 Dec 2025.pdf
PDF4328 KBJan 23, 2026
AI Summary
The Air Force Test Center (AFTC) is soliciting quotations for Fleet Janitorial Services at Edwards AFB, CA. This is a 100% Small Business Set-Aside, Firm-Fixed Price contract, with a period of performance from March 16, 2026, to March 31, 2031. The services include handling aircraft sanitation waste, planning, coordination, and surveillance in accordance with the Performance Work Statement. A pre-award site visit is scheduled for January 14, 2026, with RSVPs due by January 5, 2026, and limited to two attendees per vendor. Proposals must include a price quotation, technical quotation, and past performance information, with technical capability and past performance being significantly more important than price. Vendors must also comply with the DoD's CMMC 2.0 framework at Level 1. The deadline for questions is January 14, 2026, and quotations are due by January 26, 2026.
Attachment 5 - Site Visit Slides_FA930125Q0024 - Dated 12 Dec 2025.pptx
PowerPoint314 KBJan 23, 2026
AI Summary
The Air Force Test Center (AFTC) is soliciting quotations for Fleet Janitorial Services at Edwards AFB, CA. This is a 100% Small Business Set-Aside, Firm-Fixed Price contract, with a period of performance from March 16, 2026, to March 31, 2031. The services include handling aircraft sanitation waste, planning, coordination, and surveillance in accordance with the Performance Work Statement. A pre-award site visit is scheduled for January 14, 2026, with RSVPs due by January 5, 2026, and limited to two attendees per vendor. Proposals must include a price quotation, technical quotation, and past performance information, with technical capability and past performance being significantly more important than price. Vendors must also comply with the DoD's CMMC 2.0 framework at Level 1. The deadline for questions is January 14, 2026, and quotations are due by January 26, 2026.
Attachment 6 - Phase In-Phase-Out Plan -- FA930125Q0024.pdf
PDF1642 KBJan 23, 2026
AI Summary
Attachment-X, the "Phase-In/Out Plan," is incorporated into Agreement #FA930125G0000 to ensure a smooth transition between contractors, promoting competitive acquisitions. "Phase-In" covers the initial period where a new contractor transitions into their role, while "Phase-Out" refers to the incumbent contractor handing over services. If the incumbent wins the follow-on acquisition, a Phase-In/Out is not required. The attachment includes CLINs for Phase-In and Phase-Out and references FAR 52.237-3, "Continuity of Services." Outgoing contractors are responsible for collaborating with incoming contractors and the Contracting Officer Representative (COR). Incoming contractors will receive up to X calendar days of on-the-job training (OJT) from the incumbent, covering unique systems and tasks at Edwards AFB. Outgoing contractors must allow incoming contractors to interview their personnel and continue fulfilling PWS requirements until the new contractor is independent. They must also provide up to X calendar days of OJT, integrating incoming personnel into the work schedule to enhance technical skills and ensure an efficient transfer of responsibilities.
Attachment 4 - WD-Kern 15-5603 Rev.28.pdf
PDF75 KBJan 23, 2026
AI Summary
This government file, Wage Determination No. 2015-5603, outlines the minimum wage rates and fringe benefits for service contract workers in Kern County, California, as mandated by the Service Contract Act and Executive Orders 14026 and 13658. The document specifies an hourly minimum wage of $17.75 for contracts initiated or renewed on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. It details hourly wage rates for various occupations across administrative, automotive, health, IT, and other sectors. Additionally, it stipulates health and welfare benefits, paid sick leave, vacation, and eleven paid holidays. The document also provides guidelines for hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications and wage rates.
Attachment 3 - Addendum_to_FAR_52.212-1_and-2_Solicitation_FA930125Q0024_20250819.pdf
PDF219 KBJan 23, 2026
AI Summary
This document outlines the addendum to FAR provisions 52.212-1 and 52.212-2 for solicitation FA9301-25-Q-0024, detailing instructions for offerors and evaluation criteria for commercial item acquisitions. Vendors must adhere strictly to submission requirements, including formatting, content, and registration in SAM. Quotations are to be submitted in three volumes: Price, Technical, and Past Performance, each with specific guidance and page limits. The evaluation prioritizes technical capability and past performance over price, with a “best value” approach. Technical submissions will be rated Acceptable/Unacceptable across six subfactors (Quality Control Plan, Schedule, Equipment and Personnel, Spillage Control, Risk Management and Compliance, and Service Quality and Reliability). Past performance will be assessed for recency, relevancy, and quality. The award decision will initially favor the lowest-priced offeror with an “Exceptional” past performance rating and an “Acceptable” technical rating, with the government reserving the right to conduct interchanges or evaluate higher-priced offers if necessary.
Attachment 5 - Site Visit Slides_FA930125Q0024 20250906.pdf
PDF762 KBJan 23, 2026
AI Summary
The Air Force Test Center is soliciting proposals for Fleet Janitorial Services, specifically for aircraft sanitation waste handling at Edwards AFB, CA. This is a 100% Small Business Set-Aside, Firm-Fixed Price contract for a period of performance from December 15, 2025, to December 14, 2030. A pre-award site visit is scheduled for October 7, 2025, which is strongly encouraged but not mandatory. Vendors interested in attending the site visit must RSVP by September 30, 2025, and are limited to two attendees. Proposals will be evaluated based on Best Value, with technical capability and past performance being significantly more important than price. Quotations must include a price quotation, technical quotation demonstrating the ability to meet PWS requirements, and past performance information (minimum two, maximum three current, recent, and relevant contracts). The deadline for submitting questions is October 8, 2025, and quotations are due by October 20, 2025. Contract award is estimated for December 12, 2025.
Attachment 5 - Site Visit Slides_FA930125Q0024 20250906.pptx
PowerPoint348 KBSep 8, 2025
AI Summary
No AI summary available for this file.
Attachment 2 - Solicitation - FA930125Q0024.pdf
PDF2244 KBSep 8, 2025
AI Summary
This government solicitation, FA930125Q0024, is for Women-Owned Small Businesses (WOSB) to provide aircraft Fleet Janitorial Services Maintenance for Edwards AFB, CA. The Request for Proposal (RFP) has an offer due date of October 20, 2025, with an estimated total award amount of USD 22,000,000.00. The contract specifies scheduled and unscheduled services over multiple periods of performance, from December 2025 to December 2030, with firm-fixed-price arrangements. Key clauses include those related to electronic invoicing via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and specific requirements for health and safety, and Common Access Cards (CAC) for contractor personnel. The acquisition is unrestricted with NAICS code 561720. Attachments include a Performance Work Statement and Wage Determination.
Attachment 2 - Solicitation Amendment - FA930125Q0024 - Dated 23 Jan 2026.pdf
PDF2254 KBJan 23, 2026
AI Summary
This government solicitation, FA930125Q00240003, is for Women-Owned Small Business (WOSB) concerns to provide aircraft Fleet Janitorial Services Maintenance. It is an indefinite-quantity contract with a total estimated value of USD 22,000,000.00 and a period of performance from March 2026 to March 2031, with options to extend. The contract includes scheduled and unscheduled services, along with a phase-in period. Key clauses cover electronic payment via Wide Area WorkFlow (WAWF), Cybersecurity Maturity Model Certification (CMMC) requirements (Level 1), and limitations on government obligations and order quantities. The solicitation emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to small business utilization, labor standards, and supply chain security.
Attachment 8 - Q and A Fleets Janitorial Services FA930125Q0024.xlsx
Excel35 KBJan 23, 2026
AI Summary
The provided government file contains a series of questions from offerors and corresponding government answers regarding a solicitation for Fleet Janitorial Services at Edwards Air Force Base. Key aspects covered include proposal deadlines, insurance requirements (FAR Part 28.3), site visits (one was held, no more planned), font size restrictions (Times New Roman, 12pt), target budget (none set, best-value evaluation), designated waste discharge locations (Building 1220 manhole for liquid, base dumpsters for solid), contractor equipment storage (Building 1600 Room 106 and Connex), fuel provision (contractor responsibility), average service turnaround times (30 minutes for normal, 2 hours for standby), and specific certifications (CMMC 2.0 is mandatory). The contract is a 100% Small Business Set-Aside. The scope is limited to interior aircraft sanitation services, not including housing/furnishing. The document also clarifies details on staffing, workload estimates, badging, and the use of AbilityOne products for lavatory supplies. The phase-in period is from March 16-31, 2026, with 15 days of OJT. The current contract number is FA930122C0012. All personnel must be US citizens.
Attchment 7 MFO Memo For Offerors protest Solicitation FA930125Q0024 Fleets Janitorial Service.pdf
PDF778 KBJan 23, 2026
AI Summary
The Department of the Air Force issued a memorandum to offerors regarding a protest filed against Solicitation FA930125Q0024 for Fleet Janitorial Services at Edwards Air Force Base. D2 Government Solutions (D2GS) challenged the government's decision to issue a new solicitation instead of exercising an option on their incumbent contract. The government will continue to evaluate quotations but will not award a contract until the agency-level protest is resolved, in accordance with Federal Acquisition Regulation (FAR) 33.103(d)(4). Updates will be provided to all offerors, and questions can be directed to Contracting Officer Cinthia Arias.
Attachment 2 Solicitation update - FA930125Q00240002 20250929.pdf
PDF2244 KBJan 23, 2026
AI Summary
This government solicitation, FA930125Q00240002, is for Women-Owned Small Business (WOSB) to provide aircraft Fleet Janitorial Service, both scheduled and unscheduled, for multiple years. The contract outlines specific terms and conditions for commercial products and services, including payment instructions via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and specific limitations on orders. Key clauses cover small business utilization, anti-trafficking, equal opportunity, and health and safety on government installations. The solicitation is for a maximum total award amount of $22,000,000.00, with performance periods extending from January 2026 to January 2031, with an option to extend services for six months. Contractors must comply with specific regulations regarding hazardous materials, supply chain security, and personnel identification through Common Access Cards (CACs).
Attachment 5 - Site Visit Slides_FA930125Q0024.pptx
PowerPoint311 KBJan 23, 2026
AI Summary
The Air Force Test Center (AFTC) is soliciting quotations for Fleet Janitorial Services, specifically for aircraft sanitation waste handling at Edwards AFB, CA. This pre-award site visit briefing outlines the Simplified Acquisition Process for a 100% Small Business Set-Aside, Single Award, Firm-Fixed Price contract with a performance period from December 15, 2025, to December 14, 2030. Attendance at the October 7, 2025, site visit is strongly encouraged but not mandatory, with RSVPs due by September 30, 2025. Proposals must include a price quotation, technical quotation, and past performance information. Evaluation will be based on Best Value, with technical capability and past performance being significantly more important than price. The deadline for questions is October 8, 2025, and quotations are due by October 20, 2025.
Attachment 1 - Fleet Janitorial Services Performance Work Statement - Dated 15 Aug 2025.pdf
PDF416 KBJan 23, 2026
AI Summary
The Performance Work Statement (PWS) FA930125Q0024 outlines the requirements for Fleet Janitorial Services at Edwards AFB, California. The five-year contract, with a six-month extension option, mandates the contractor to provide all personnel, vehicles, supervision, and other necessary items to perform services for the 412 Test Wing, ensuring compliance with environmental laws and commercial airline practices. Key tasks include cleaning aircraft galleys and lavatories, replenishing supplies, waste disposal, and servicing potable water systems. The contractor must maintain a monthly servicing log. The PWS details performance objectives, thresholds, government-furnished property and services, hours of operation, personnel requirements, safety protocols, and security measures. It also addresses environmental protection, quality control, and various miscellaneous provisions to ensure comprehensive and compliant service delivery.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 6, 2025
amendedAmendment #1· Description UpdatedSep 8, 2025
amendedAmendment #2· Description UpdatedSep 29, 2025
amendedAmendment #3· Description UpdatedDec 12, 2025
amendedLatest Amendment· Description UpdatedJan 23, 2026
deadlineResponse DeadlineFeb 9, 2026
expiryArchive DateFeb 24, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA9301 AFTC PZIO

Point of Contact

Name
Richard Godoy

Place of Performance

Edwards, California, UNITED STATES

Official Sources