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 Federal Aviation Administration is requesting feedback from a customer reference regarding a contractor's past performance as part of a proposal evaluation process, with responses due by February 4, 2026. The survey includes questions on overall service satisfaction, responsiveness, problem-solving capabilities, and on-site employee performance. Completed surveys should be emailed directly to the specified FAA contact.
    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.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage rates for various occupations in Colorado, with a minimum of $17.75 per hour required for contracts entered or renewed after January 30, 2022. It also details health benefits, vacation entitlements, holiday pay, and requirements under Executive Orders related to paid sick leave and uniform allowances. Additionally, the conformance process for unlisted employee classifications and wage rates is explained, emphasizing adherence to the prescribed regulations for compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    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.
    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 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.
    SEA ATCT, TRACON, ARTCC Grounds Maintenance
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC). The contract will encompass a range of services including grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, with a performance period from February 1, 2026, to January 31, 2031, following the recent amendments to the solicitation. This procurement is critical for maintaining the operational integrity and environmental compliance of FAA facilities, ensuring they remain safe and accessible. Interested parties must submit their proposals by January 9, 2026, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    Janitorial Services FEMA Region 1 FRC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA) Region 1, is seeking proposals for janitorial services at the Federal Regional Center (FRC) located in Maynard, Massachusetts. The procurement aims to secure comprehensive janitorial services for an 11-month base period from January 12, 2026, to December 12, 2026, with a focus on maintaining cleanliness and hygiene standards in a federal facility. This opportunity is a total small business set-aside under NAICS Code 561720, with a size standard of $22 million, emphasizing the importance of small business participation in government contracts. Interested parties must attend a mandatory site visit on December 22, 2025, submit questions by December 24, 2025, and provide their proposals by January 2, 2026, with all submissions directed to the designated FEMA contacts, Anhur Maklef and Karley Hoyt.
    Grease Laden Vapor Exhaust Systems Cleaning and Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the cleaning and maintenance of grease-laden vapor exhaust systems at the United States Air Force Academy (USAFA) in Colorado. This procurement involves a non-personal service contract that requires comprehensive hood and duct cleaning, maintenance, and inspection services, ensuring compliance with NFPA and other relevant regulations. The importance of these services lies in maintaining safety and operational efficiency within the Academy's facilities. Interested parties must register for a site visit scheduled for January 14, 2026, by emailing their company details to the primary contacts, Travis Martin and Aurora Santos, by January 6, 2026. The contract is set aside for small businesses under the SBA guidelines, and further details can be found in the attached Performance Work Statement.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    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.