Janitorial Services for Multiple Nashua, NH Locations
ID: 697DCK-25-R-00273Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at multiple locations in Nashua, NH, including the Boston Air Route Traffic Control Center, a Child Care Facility, and an Operations Support Facility. The contract will encompass a base year with four optional renewal years, requiring comprehensive cleaning services that adhere to specified frequencies and quality control measures, particularly given the sensitive environment of the childcare facility. This procurement is set aside for 8(a) business concerns, with a total estimated contract value of approximately $554,019.36, based on the previous contract. Interested contractors must submit their proposals electronically by July 11, 2025, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation document outlines an RFP for contracted janitorial and waste management services for three Boston District locations in Nashua, NH, executed by the Federal Aviation Administration (FAA). The contract includes a base year and four option years for service periods from September 2025 through August 2030. The RFP specifies that sealed offers must comply with all terms and conditions, and each offer must provide a price for each contract line item (CLIN) to avoid rejection. The contractor is required to adhere to regulations from various acts, including the Service Contract Act and federal records management laws. Significant details include requirements for continuity of services during national emergencies, guidelines for electronic submission of payment requests, and compliance with e-commerce regulations. Contractors must register in the System for Award Management (SAM) database and offer assurance of no usage of prohibited technology, such as products from Kaspersky Lab and TikTok applications. Furthermore, the document emphasizes the importance of following federal labor standards and environmental regulations, contributing to both safety and operational integrity throughout the contract duration.
    The document serves as an amendment to a solicitation for janitorial services at the ZBW ARTCC, CCF, and OSS facilities, issued by the Federal Aviation Administration. Its primary purpose is to respond to inquiries from potential contractors and extend the proposal submission deadline to July 11, 2025. The contract's period of performance is set from September 1, 2025, to August 31, 2026. Key details include confirmation of square footage for each facility, operational hours requirements, and the need for coordination with the Contracting Officer's Representative. It clarifies that security clearances are not necessary, but personnel must be badged. The incumbent contractor, A&W Building Maintenance, operates under contract number 697DCK-20-C-00092 for the period from March 1, 2020, to August 31, 2025, valued at approximately $554,019.36. The amendment also discusses service specifics, including cleaning frequencies, responsibilities for consumables, on-site storage availability, and subcontracting provisions. Established procedures for performance tracking and the current challenges faced by the existing contract were outlined. This amendment ensures clarity for bidders and maintenance of quality service standards while highlighting the competitiveness of this solicitation in the federal contracting arena.
    The document outlines a Contractor Staffing Access Questionnaire issued by the Federal Aviation Administration (FAA) as part of the process for federal contracts. Its primary purpose is to ascertain the access requirements for contractor employees who will potentially be awarded a contract. Contractors must provide estimated personnel numbers, including full-time and part-time employees, as well as subcontractor staff. The questionnaire includes sections for detailing labor categories and their specific access needs related to FAA facilities, computer systems, and Sensitive Unclassified Information (SUI). Key questions ask whether employees in various labor categories will need routine access to FAA facilities, computer networks, and SUI over an extended period. The form emphasizes thorough collection of data to ensure proper investigation and badging requirements are met, essential for maintaining security and operational integrity within the FAA environment. This initiative reflects standard practices in federal procurement processes to reinforce security protocols related to contractor engagement.
    The document is a Customer Satisfaction Survey related to the federal solicitation #697DCK-25-R-00273 issued by the Federal Aviation Administration (FAA). It outlines the requirements for submitting customer feedback on contractors’ past performances. Companies submitting proposals must provide the survey filled out by their customers directly to FAA Acquisitions, ensuring independence from the bidding company. The survey includes ratings for the timeliness and completion of services, responsiveness to needs and complaints, problem-solving abilities of operations management, and overall service performance satisfaction. Each section includes a scoring system (from Excellent to Unacceptable) and space for additional comments. This survey serves a vital role in the evaluation of contractor effectiveness, impacting future contract decisions within government procurement processes.
    The Statement of Work for Janitorial Services at Federal Aviation Administration (FAA) operational facilities outlines the contractor's responsibilities for providing comprehensive cleaning services, personnel, equipment, and supplies. The document specifies tasks, such as waste disposal, surface cleaning, floor maintenance, and restroom sanitation, while emphasizing quality control, security, and compliance with safety regulations. The contractor must implement a Quality Control Plan, ensuring adherence to performance standards and schedules outlined in appendices, with regular inspections by FAA personnel. Additionally, training for contractors and staff in safe chemical handling and cleaning procedures is mandated. The contractor's employees are expected to present a professional appearance and comply with all security protocols. This document serves as a framework for maintaining cleanliness and safety in FAA facilities, showcasing the governmental emphasis on operational efficiency, safety, and environmental compliance.
    The document outlines the requirements for janitorial services at the Launching Pad Childcare Facility in Nashua, NH. The contract will span one base year with four optional renewals, requiring services seven days a week, with cleaning performed during and after operational hours. The contractor must ensure compliance with quality control measures and minimize disruption to the facility's functions and occupants—primarily children aged six weeks to six years. They are responsible for providing all cleaning supplies and equipment, maintaining a thorough cleaning schedule that includes daily, weekly, monthly, quarterly, and annual tasks. All cleaning activities must consider safety standards, particularly due to the presence of young children. Additionally, the contractor must uphold a strict protocol for handling government property and emergencies. The childcare facility's operational context necessitates a focused dedication to maintaining cleanliness, safety, and hygiene, thereby supporting a healthy environment for children and staff. The structure of the document is clear, with major sections detailing general information, responsibilities, and performance requirements to ensure effective janitorial services are delivered.
    The document outlines details for cleaning and maintenance services at two federal facilities: the Boston ARTCC and the Administrative Building at 11 Murphy Drive, Nashua, NH. The Boston ARTCC operates 24/7, requiring cleaning during specified hours, while the Murphy Drive facility has administrative hours from 0600 to 1800 with a defined cleaning schedule. The cleaning requirements cover various spaces, including shared and single-occupancy offices, restrooms, conference rooms, breakrooms, and corridors across estimated square footage totaling 126,811 sq. ft. for Boston ARTCC and 53,979 sq. ft. for the Murphy facility. Specific cleaning frequency is detailed using codes for daily, weekly, and monthly services. The document serves as part of requests for proposals (RFPs) aimed at contracting cleaning services, emphasizing thorough cleaning protocols, frequency of service, and facility requirements. By providing estimates for square footage and diverse areas needing maintenance, it guides bidders in preparing competitive proposals that comply with federal standards and needs for operational efficiency. This effort supports the government’s maintenance of clean and functional work environments for employees and visitors.
    The government file outlines the cleaning and maintenance requirements for a Child Care Center located at 53 Northeastern Blvd. It specifies operational hours from 6:00 AM to 6:00 PM, with a scheduled cleaning timeframe from 12:30 PM to 7:00 PM. The document details various areas within the facility, including toddler and infant rooms, conference rooms, reception areas, preschool areas, restrooms, and common spaces, categorized by frequency of cleaning, which varies from daily to quarterly. The cleaning specifications reference distinct categories of flooring types—carpeted and uncarpeted—along with specific maintenance tasks such as dusting, vacuuming, mopping, and sanitizing surfaces and fixtures. Additionally, the file includes a breakdown of restroom facilities, their square footage, and the type of replenishment and cleaning required for dispensers and waste receptacles. Overall, this document serves as a guideline for contractors preparing proposals in response to a Request for Proposals (RFP), ensuring compliance with cleanliness and maintenance standards critical for the children's welfare and safety within the center. This aligns with federal and local standards for child care facilities, promoting health and hygiene protocols necessary for operation.
    The project involves providing waste collection services at multiple FAA facilities in Nashua, NH. This includes the placement and weekly servicing of several waste and recycling containers at specific locations: ZBW ARTCC and ZBW CCF, as well as 11 Murphy Drive. The service requirements comprise three 10 CY solid waste containers and various recycling options, tailored to ensure compliance with operational protocols. Key assumptions include the necessity for security background checks for contractors, the arrangement of access to specific areas in advance, and adherence to operational integrity, ensuring that normal FAA facility activities remain undisturbed. This project reflects the FAA's commitment to maintaining orderly waste management processes while upholding stringent security and operational guidelines within federal facilities.
    The document outlines a pricing proposal for janitorial and waste removal services at various facilities associated with the ZBW ARTCC. It specifies six Contract Line Item Numbers (CLINs) for different service locations, including the ARTCC location, a childcare facility, and an operational support facility. Each CLIN provides areas for monthly and annual pricing for janitorial and waste removal services, but no specific financial data is listed in the document. Additionally, CLIN 00005 delineates an option year for extended services, detailing the performance period of 9/1/2029 to 8/31/2030. The overall structure suggests it is part of a larger Request for Proposal (RFP) process, with multiple submission periods and pricing strategies detailed for various fiscal years, starting with a base period from 9/1/2025 to 8/31/2026, followed by three additional option years through 2028. This document serves as a crucial component in the RFP for determining future contracting opportunities for service providers in support of federal operations, particularly in maintaining cleanliness and sustainability in government facilities.
    The document outlines the processes and requirements related to government Requests for Proposals (RFPs) and federal grants, as well as state and local RFPs. It addresses the importance of compliance with established guidelines, detailing the steps for proposal submission, evaluation criteria, and funding conditions. The document emphasizes transparency and accountability, urging organizations to align their proposals with governmental objectives and policy frameworks to secure funding. Key focus areas include project viability, management capacity, and financial stability, which serve as critical metrics for selection. The structure is reflective of a systematic approach to funding, prioritizing projects that demonstrate potential social, economic, or environmental impact. Overall, it serves as a comprehensive guide for applicants to navigate the competitive landscape of government funding opportunities, promoting informed participation and strategic planning in proposal development.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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 at Moses Lake, WA ATCT
    Transportation, Department Of
    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.
    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.
    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 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.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.