Search Contract Opportunities

Janitorial Service for Kona TOWB (SSC), Hilo TOWB (SSC), & Maui OGG ATCT   2

ID: 697DCK-25-R-00041 • Type: Solicitation

Description

Posted: April 28, 2025, 1:17 p.m. EDT

04.28.2025; UPDATED Request for Offers (RFO) 697DCK-25-R-00041: Added three (3) Frequency Charts for ITO, ATCT, KOA ATCT, and OGG ATCT janitorial cleaning; added Wage Determinations # 2015-5691 and # 2015-5739.

There are no other changes to the solicitation.

The Contractor must provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Janitorial Services as specified herein for the Federal Aviation Administration (FAA) Facilities as specified in the attached Appendix/Appendices.

Please see SOW attachments in Section J of the solicitation for full details.

Site Locations
A list of all facilities covered by this SOW to include specific building information will be provided in the respective Appendices.

Hilo ATCT/ITO
Address: 102 Ailolo St. Hilo Hawaii 96720

KONA ATCT (FCT) & SSC
Address: 73-230 Wekeula St. Kailua-Kona Hi. 96740

Kahului Air Traffic Control Tower (OGG) & NWS Building
Address: 1 Eena Street, Kahului Airport, Kahului, HI 96732

Responses to this RFO must clearly reference the RFO number, 697DCK-25-R-00041.

Offerors must have an active SAM registration in SAM.gov at the time of submission.

The contracting officer's physical office is in Des Moines, WA.

NOTE: Acquisition Management System (AMS) applies to the FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law.

Posted: April 24, 2025, 3:06 p.m. EDT
Background
The Federal Aviation Administration (FAA) is seeking a contractor to provide comprehensive janitorial services for its operational facilities located in Hawaii. The goal of this contract is to ensure that the facilities are maintained to a high standard of cleanliness and hygiene, which is essential for the effective operation of FAA services.

Work Details
The Contractor must provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Janitorial Services as specified herein for the FAA Facilities. This includes scheduling and performing all janitorial service requirements and specific tasks such as: cleaning waste/recycle receptacles, policing grounds, surface dusting and cleaning, maintaining windows and window coverings, cleaning carpeted floors, tiles, rugs, mats, uncarpeted floors, stairwells/elevators/handicap lifts, restrooms/showers/locker rooms, drinking fountains, lactation rooms, kitchen areas/breakrooms/queue lines (excluding contracted commercial kitchens), wellness centers, operational areas, and handling blood and bodily fluids.

The standards defined in the Statement of Work (SOW) are minimum standards that must be maintained. The Contractor is also responsible for all administrative requirements as noted in the solicitation.

Period of Performance
The period of performance for this contract will span from August 1, 2025 to July 31, 2030.

Place of Performance
Janitorial services will be performed at various FAA facilities in Hawaii including: Hilo ATCT/ITO (102 Ailolo St. Hilo Hawaii 96720), Kona ATCT (FCT) & SSC (73-230 Wekeula St. Kailua-Kona Hi. 96740), and Kahului Air Traffic Control Tower (OGG) & NWS Building (1 Eena Street, Kahului Airport, Kahului, HI 96732).

Overview

Response Deadline
May 22, 2025, 7:00 p.m. EDT Due in 22 Days
Posted
April 24, 2025, 3:06 p.m. EDT (updated: April 28, 2025, 1:17 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Hilo, HI United States
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
73% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 4/24/25 Southwestern Region issued Solicitation 697DCK-25-R-00041 for Janitorial Service for Kona TOWB (SSC), Hilo TOWB (SSC), & Maui OGG ATCT due 5/22/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
John Space   Profile
Phone
None

Secondary Contact

Name
Angela Furukawa   Profile
Phone
None

Documents

Posted documents for Solicitation 697DCK-25-R-00041

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 697DCK-25-R-00041

Incumbent or Similar Awards

Contracts Similar to Solicitation 697DCK-25-R-00041

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 697DCK-25-R-00041

Similar Active Opportunities

Open contract opportunities similar to Solicitation 697DCK-25-R-00041

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 697DCK REGIONAL ACQUISITIONS SVCS
FPDS Organization Code
6920-697DCK
Source Organization Code
500000015
Last Updated
April 28, 2025
Last Updated By
angela.furukawa@faa.gov
Archive Date
June 6, 2025