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 Department of the Air Force, is seeking qualified contractors to provide Fleet Janitorial Services at Edwards Air Force Base in California. The procurement involves comprehensive cleaning services for aircraft, including the maintenance of galley areas, waste removal, replenishment of lavatory supplies, and servicing of potable water systems, with operations required 24/7. This contract, set aside for small businesses, has a total funding amount of $22 million and spans a performance period from January 20, 2026, to January 19, 2031, with proposals due by October 20, 2025. Interested parties should direct inquiries to Richard Godoy or Cinthia Arias via email, as only emailed submissions will be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    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, 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 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
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    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.
    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.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    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.
    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.
    Synopsis - Materiel Management Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    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.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.