Anchorage-Ted Stevens International Airport
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA), Public Buildings Service (PBS) is conducting a Sources Sought for Custodial and Related Services at the Ted Stevens International Airport in Anchorage, AK. This market research aims to identify qualified small businesses for a potential firm-fixed price contract. The primary NAICS code is 561720 (Janitorial Services) with a size standard of $22.0 million. Capability statements are due by March 13, 2026.
Scope of Work
The requirement is for performance-based custodial services, including:
- Cleaning of interior surfaces and fixtures
- Removal of waste from receptacles
- Vacuuming and extraction from carpets
- Dusting of interior spaces
- Floor maintenance
- Interior and exterior window washing
The services cover approximately 5,000 square feet, including offices, conference rooms, training rooms, and breakrooms. The draft Performance Work Statement (PWS) details requirements for staffing plans, cleaning plans, quality control plans, and adherence to performance standards monitored via a Quality Assurance Surveillance Plan (QASP).
Contract & Timeline
- Type: Sources Sought (market research); anticipated future contract type is Firm-Fixed Price.
- Anticipated Period of Performance: May 1, 2026 – April 30, 2027 (Base Year), with two one-year options and an option to extend services monthly through October 31, 2029.
- Response Due: March 13, 2026
- Published: March 4, 2026
- Set-Aside: To be determined based on market research, with a focus on identifying small businesses.
Evaluation (Anticipated)
For a future solicitation, the Government anticipates using a best value selection and tradeoff process. Factors that may be evaluated include staffing plan, past performance, relevant experience, and price. Pricing may be compared with staffing plans to assess risks.
Submission Requirements
Interested small businesses capable of performing as a prime contractor are encouraged to submit a capability statement by the deadline, including:
- Company information (name, address, business size)
- SAM Unique Entity Identifier (UEI)
- Overview of technical capability and experience
- Brief details on ability to hire and obtain appropriate security clearances within two weeks of contract award.
Additional Notes
This is a sources sought synopsis for market research purposes only and is not a solicitation. The Government assumes no responsibility for costs incurred in responding. A draft PWS is attached for reference.