Fleet Janitorial Services Maintenance
ID: FA930125Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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).
    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.
    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.
    The Air Force Test Center is soliciting bids for Fleet Janitorial Services at Edwards AFB, CA, specifically for aircraft sanitation waste handling. A pre-award site visit is scheduled for January 14, 2026, with RSVP required by January 5, 2026, and attendance limited to two representatives per vendor. The contract will be a single-award, firm-fixed-price, 100% small business set-aside, evaluated on a best value basis where technical capability and past performance are significantly more important than price. Proposals must include price, technical, and past performance quotations, with technical proposals rated acceptable/unacceptable and past performance evaluated based on recent and relevant contracts. Bidders must comply with DoD's CMMC 2.0 framework at Level 1. Key dates include a question submission deadline of January 14, 2026, and quotations due by January 26, 2026.
    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.
    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.
    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-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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    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 appearance of the facilities, including routine and periodic cleaning, restroom supply replenishment, and compliance with Air Force Custodial Standards. This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four one-year option periods extending through November 2030. Interested parties should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals and past performance questionnaires by January 20, 2026.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary to clean over one million square feet of administrative office space, utilizing methods such as hot water extraction, vacuuming with HEPA filtration, and spot cleaning, while adhering to environmental standards set by Green Seal, UL EcoLogo, or EPA Safer Choice. This procurement is a total small business set-aside, with offers due by January 5, 2026, at 1:00 PM ET, and will be evaluated based on the lowest evaluated price among technically acceptable quotes. Interested parties can contact Clarissa Baker at clarissa.baker@us.af.mil or Kristin Morrison at kristin.morrison.1@us.af.mil for further information.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    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.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.