Janitorial Services, Hilo 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 USDA-APHIS-PPQ is soliciting proposals for Janitorial Services at their offices within the Hilo International Airport in Hilo, HI. This is a Total Small Business Set-Aside opportunity for a firm-fixed-price requirements contract. The contract includes a base year and four option years, for a potential total of five years. Offers are due February 13, 2026, at 09:00 AM ET.
Scope of Work
The contractor will provide comprehensive janitorial services, including management, supervision, personnel, labor, tools, and equipment. Services encompass trash collection, floor care (sweeping, vacuuming, wet-mopping), interior/exterior window cleaning, blind dusting, and cleaning of various surfaces (sliding doors, acrylic panels, stanchions, x-ray units). Specific areas to be cleaned are the Airport Office, Lobby 1 & 2, and Gates 3 & 5. Services are generally performed weekly, Monday through Friday, between 9:00 a.m. and 5:00 p.m. while USDA staff are present.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Requirements Contract (RFQ)
- Duration: One (1) base year (02/27/2026 - 02/26/2027) and four (4) one-year option periods, for a potential total of five years (ending 02/26/2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Janitorial Services), Size Standard: $22 million
- Offer Due Date: February 13, 2026, at 09:00 AM ET
- Published Date: February 6, 2026
Evaluation Criteria
Award will be made to the offeror with the Lowest Price Technically Acceptable (LPTA) proposal. Technical Acceptability will be rated as "acceptable" or "unacceptable" based on the offeror's ability to meet requirements and demonstrate understanding. Past Performance will be rated as "Acceptable," "Neutral," or "Unacceptable." Offerors must submit pricing for all items to be considered responsive and agree to hold prices firm for 90 calendar days.
Special Requirements & Notes
Bidders must adhere to the provided U.S. Department of Labor Wage Determination (No. 2015-5691) for Hawaii, which outlines minimum wage rates and fringe benefits under the Service Contract Act. The contractor must provide all cleaning supplies and equipment (government provides hand waste basket liners), comply with facility security policies (including AOA clearance and badges for personnel), and use bio-preferred purchasing for cleaning products. A written quality assurance plan and monthly sign-in sheets are required.