Craig Work Center (CAG ADM) Janitorial Services
ID: 697DCK-25-R-00489Type: 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 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.

    Point(s) of Contact
    Karen CTR McIvor
    karen.ctr.mcivor@faa.gov
    Jennifer J. Davis
    Jennifer.J.Davis@faa.gov
    Files
    Title
    Posted
    The Contractor Staffing Access Questionnaire's purpose is to identify a potential contractor's employees' access needs to determine appropriate investigation and badging requirements for the FAA. Contractors must provide the estimated total number of employees, including subcontractors, and a list of personnel if available. For each labor category, contractors need to specify position titles, the estimated number of employees in that category, and whether employees will require routine FAA facility access for more than 180 days, access to FAA computer systems or networks, or access to FAA Sensitive Unclassified Information (SUI). This information is crucial for the FAA to ensure proper security and access protocols are in place upon contract award.
    The Department of Homeland Security will enforce the REAL ID Act starting May 7, 2025, requiring state-issued driver's licenses or identification cards to meet federal security standards and display a star or similar symbol. In response, the FAA has updated its visitor access policy, mandating that all visitors to FAA facilities present REAL ID-compliant identification to align with Department of Transportation and federal agency requirements. This change emphasizes the federal government's commitment to enhancing security measures and standardizing identification for access to federal facilities.
    The provided document, likely an excerpt from a government Request for Proposal (RFP), federal grant, or state/local RFP, outlines a structured set of requirements or instructions. While the specific content is minimal, the numbering and lettering (2a, 2b, 3, 4a) suggest a hierarchical organization common in such official documents. These sections typically detail distinct aspects of a project, such as scope, technical specifications, submission guidelines, or evaluation criteria. The brevity of the excerpt prevents a detailed understanding of its purpose, but its format indicates a formal, structured communication characteristic of government procurement or grant processes. It is designed to guide respondents through specific steps or provide information necessary for compliance or successful application.
    The Federal Aviation Administration (FAA) has issued Solicitation Number 697DCK-25-R-00489 for janitorial services at the Craig Work Center (CAG ADM) from May 1, 2026, to April 30, 2031, including four option years. The Request for Proposal (RFP) outlines requirements for labor, materials, equipment, and compliance with various federal regulations, including those concerning electronic commerce, supply chain security, and the use of artificial intelligence. Key dates include an optional site visit on December 16, 2025, and questions due by January 6, 2026. Offerors must register in the System for Award Management (SAM), comply with electronic invoicing via the Delphi eInvoicing web-portal, and certify the accuracy of all submissions, including any AI-generated content. The contract also specifies prohibitions on certain telecommunications equipment and software, such as Kaspersky Lab products and TikTok.
    Lifecycle
    Title
    Type
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    ZDV CTRB Raised Floor
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    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, with designated pickup schedules and compliance with all applicable waste regulations. This service is crucial for maintaining a clean and efficient operational environment at the ARTCC, which plays a vital role in air traffic management. Interested vendors should note that the period of performance for the contract is from January 1, 2026, to December 31, 2030, and are encouraged to RSVP for an optional site visit on December 4, 2025, by contacting Molly Lipka at molly.lipka@faa.gov. For further inquiries, Todd Butler can be reached at Todd.Butler@faa.gov or by phone at 817-222-4397.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Sandia RD Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    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.
    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.