Janitorial Services at Moses Lake, WA ATCT
ID: 697DCK-25-R-00281Type: 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 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.

    Files
    Title
    Posted
    This government solicitation (RFP 697DCK-25-R-00281) outlines requirements for janitorial services at the Moses Lake Air Traffic Control Tower from January 1, 2026, to December 31, 2030, with four one-year options. Key clauses cover contractor responsibilities for labor, supplies, and insurance, as well as federal holidays and the authority of the contracting officer. Special requirements include electronic commerce, disclosure regarding payments to influence federal transactions, and compliance with presidential directives. Detailed clauses address inspection, acceptance, payment terms, small business set-asides, labor standards, and prohibitions against contracting with certain entities like Kaspersky Lab and ByteDance (TikTok). Contractors must maintain specified insurance, comply with E-Verify for employment eligibility, and submit a Continuity of Contract Performance Plan for national emergencies. Funds are initially allotted for CLINs 00001-00005, with future funding contingent on appropriations.
    The Federal Aviation Administration (FAA) requires janitorial services for its operational facilities, as detailed in this Statement of Work. The selected contractor must provide all necessary personnel, equipment, tools, materials, supervision, and services, adhering to specified standards and frequencies. Key aspects include personnel management, a comprehensive Quality Control Plan with daily checklists and inspection systems, and strict physical security protocols for badges and keys. The contractor is responsible for training employees on safety, chemical handling, and site-specific procedures, including those for secure and operational areas. Utilities are government-furnished, while the contractor must supply all cleaning equipment and consumable supplies, ensuring they meet quality standards and are approved by the FAA. Task descriptions cover waste removal, grounds policing, surface cleaning, floor care, and specialized cleaning for restrooms, kitchens, and operational areas. The document also outlines contract administration data, emphasizing cooperation with other contractors and proper correspondence routing.
    The document, Attachment #3 to RFP 697DCK-25-R-00281, is a Past Experience History form designed for firms to detail up to three previous projects. For each project, the form requires the firm's name, a point of contact, phone number, and the dollar value. It also asks for the period of performance, including start and end dates. A crucial section requires the firm to specify its role as either a prime contractor or a subcontractor, and if subcontracted, the percentage of work performed. Additionally, firms must disclose if they were terminated from any project and provide an explanation if applicable. This form is a standard component of government solicitations, enabling agencies to assess a bidder's relevant experience and past performance.
    This document is a Past Performance Survey used by the Federal Aviation Administration (FAA) as part of its evaluation process for contractor solicitations. Contractors provide customer references, who then complete this survey to assess the firm's past performance. The survey asks for ratings on overall service performance, responsiveness to needs, problem-solving capabilities of operations management, and the performance of on-site employees. Each question includes a five-point rating scale (Excellent to Unacceptable) and a section for comments. The form also requests the organization name, contact person, phone number, and date. Completed surveys are to be emailed directly by the customer reference to Yvette.Jackson@faa.gov for solicitation 697DCK-25-R-00281, Attachment #4.
    This document is a Wage Determination for service contracts under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in specific Washington counties (Adams, Ferry, Garfield, Grant, Lincoln, Whitman). It details different minimum wage rates based on the contract award date, tied to Executive Orders 14026 and 13658, and specifies that these rates are adjusted annually. The document also includes provisions for paid sick leave under Executive Order 13706, health and welfare benefits, vacation, and eleven paid holidays. Special conditions apply to computer employees and air traffic controllers/weather observers, including night and Sunday pay. Hazardous pay differentials for ordnance work and uniform allowances are also defined. The conformance process for unlisted occupations is thoroughly explained, emphasizing that job duties, not titles, determine classification.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Trash Collection at FAA ARTCC, Auburn Washington
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for solid waste removal services at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. The contract requires the provision of specific waste receptacles, including a 30-yard open-top container, a 30-yard closed-top container, and an 8-cubic yard cardboard recycle container, along with adherence to federal, state, and local waste regulations. This service is crucial for maintaining a clean and compliant operational environment at the facility, which plays a vital role in air traffic management. The contract period is set from January 1, 2026, to December 31, 2030, and interested parties should direct inquiries to Contracting Officer Todd Butler at Todd.Butler@faa.gov or Contract Specialist Molly Lipka at molly.lipka@faa.gov, with an optional site visit scheduled for December 4, 2025.
    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.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    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.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    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.