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.