Trash Collection at FAA ARTCC, Auburn Washington
ID: 697DCK-25-R-00391Type: Solicitation
Overview

Buyer

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

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    Amendment 0002 to solicitation 697DCK-25-R-00391, issued by the Federal Aviation Administration, announces an optional site visit for prospective offerors. The visit is scheduled for Thursday, December 4, 2025, at 10 AM local time, at the Seattle Air Route Traffic Control Center (ARTCC) in Auburn, WA. Attendees must RSVP to molly.lipka@faa.gov, present a state-issued ID for entry, and sign a roster providing their name, email, phone number, and company. All questions regarding the solicitation must be directed to the Contracting Officer, Mr. Butler, or Contract Specialist, Ms. Lipka. The period of performance for the contract is from January 1, 2026, to December 31, 2030.
    Amendment 0001 to Solicitation 697DCK-25-R-00391, issued by the Federal Aviation Administration (FAA) AAQ-500 - Regional Acquisitions, provides responses to questions regarding the solicitation. Key details include the requirement for the contractor to remove non-hazardous waste materials as per paragraph 1.1 of the Statement of Work. It also clarifies that the current waste management service is not under contract, with monthly payments handled by a government purchase card, and the existing vendor is Waste Management. The Period of Performance for the new contract is specified from January 1, 2026, to December 31, 2030. All other terms and conditions of the original solicitation remain unchanged.
    This government file outlines an RFP for Non-Hazardous Solid Waste and Recyclable Material Removal Services for the Seattle Air Route Traffic Control Center (ARTCC) in Auburn, WA. The contractor must provide all labor, supervision, equipment, and materials for waste removal, including specific container sizes and pickup schedules for a 30-yard open-top, a 30-yard closed-top, and an 8-cubic yard cardboard recycle container. Key requirements include compliance with waste regulations, proper labeling of containers, and adherence to specific work hours, with any work outside these hours requiring approval. The contractor is responsible for managing all work, staffing, and providing all necessary tools and facilities, as the government will not furnish these. Access to the site will require FAA escort, and all contractor personnel must be REAL ID compliant and undergo suitability checks. The document also details various contractual clauses covering payment, electronic commerce, insurance requirements (including specific liability limits), and prohibitions on using certain hardware, software (like Kaspersky Lab products and TikTok), and supply chain security orders. Additionally, it outlines policies for records management, whistleblower protection, and compliance with presidential directives, including recent executive orders on DEI programs and American energy.
    The document, identified as 697DCK-25-R-00391 Attachment 1, is a Past Experience History form designed for prospective contractors to detail their project experience. It requires information for three separate projects, including the firm’s name, point of contact, phone number, dollar value, and period of performance (start and end dates). For each project, the form asks for the firm's role (prime or subcontractor), the percentage of work subcontracted if applicable, and whether the firm was terminated from the project, with an explanation required for terminations. This attachment is a standard component of government solicitations, enabling agencies to assess a vendor's qualifications and past performance.
    The document outlines a federal government Request for Proposal (RFP) process, detailing various aspects of a procurement or grant opportunity. It appears to cover a range of requirements, including general provisions, specific sections related to deliverables or services, and administrative instructions. The file is structured with a table of contents, indicating sections like "General Information," "Statement of Work," "Terms and Conditions," and "Proposal Submission Instructions." Key details include deadlines, contact information, and evaluation criteria for bids or applications. The document emphasizes compliance with federal regulations and guidelines, ensuring a standardized and transparent process for all participants. Overall, it serves as a comprehensive guide for potential bidders or grantees, providing all necessary information to prepare and submit a compliant response.
    Lifecycle
    Similar Opportunities
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    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.
    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.
    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.
    Bethel FAA Station, Alaska, Remedial Action Remedial Investigation, and Site Investigation
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified vendors for a contract involving Remedial Action (RA), Remedial Investigation (RI), and Site Investigation (SI) activities at the Bethel FAA Station in Alaska. The primary objective of this procurement is to remediate soil and groundwater contamination on lands used by the FAA, ensuring the protection of human health at various Areas of Concern (AOCs). This project is critical for maintaining environmental safety and compliance in aviation operations. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 5, 2025, at 1400 Central Time, to be considered for the upcoming solicitation.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    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.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Other than Full and Open Competition_Integrated Waste Management
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.