Janitorial Services for Multiple Locations in NH and MA
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 Federal Aviation Administration (FAA) is conducting a Sources Sought / Market Survey to identify capable sources for Janitorial Services at multiple FAA facilities in New Hampshire and Massachusetts. This market research aims to improve the Government's understanding of the current marketplace and determine if there is adequate competition to set the requirement aside for Small Businesses. Capability Statements are due April 15, 2026.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, supervision, and services necessary to perform comprehensive janitorial services. This includes tasks such as waste/recycle management, policing grounds, surface dusting and cleaning, window cleaning, floor care (carpeted and uncarpeted), restroom/shower sanitation, and cleaning of specialized areas like lactation rooms, kitchens, and wellness centers. Services are required at the following locations:
- MHT ATCT (Manchester, NH): Approximately 3,505 sq. ft.
- A90 TRACON (Merrimack, NH): Approximately 55,185 sq. ft.
- BVY ATCT (Beverly, MA): Approximately 1,600 sq. ft.
- LWM ATCT (North Andover, MA): Approximately 1,336 sq. ft. This requirement is subject to the Department of Labor's Service Contract Labor Standards (SCLS) Wage Determination.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Anticipated Period of Performance: October 1, 2026, through September 30, 2031 (one base year and four option years), with start dates varying by location.
- Contemplated NAICS Code: 561720, Janitorial Services
- Size Standard: $22 million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) is being considered.
- Response Due: April 15, 2026, at 3:00 PM ET
- Published: March 31, 2026
Submission Requirements
Interested vendors must submit a Capability Statement (not to exceed two pages, 12-point font minimum) via email to stephanie.pfeiff@faa.gov. The email subject line must include the Notice ID (697DCK-26-RFI-MHT). The statement must include:
- Company name, address, phone, email, and point of contact.
- Company UEI.
- Business size status (e.g., 8(a), Small Business, SDVOSB).
- Verification of active SAM registration.
- Evidence of experience, knowledge, and past performance in janitorial services, specifically demonstrating capability to service all listed facilities and providing details of similar past work (contract numbers, project titles, dollar amounts, and points of contact).
Additional Notes
This is a market survey for planning purposes only and is not a Request for Proposals (RFP) or Offers. The FAA is not seeking or accepting unsolicited proposals and will not pay for response preparation costs. The FAA uses its own Acquisition Management System (AMS) policies and guidance, not FAR references.