LCC Cleaning IDIQ PKB (Service)
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 Department of the Air Force, specifically FA4613 90 CONS PK, is conducting a Sources Sought / Request for Information (RFI) for Janitorial Services at F.E. Warren Air Force Base, Wyoming. This market research aims to identify qualified small businesses for a potential Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide cleaning services for Launch Control Centers (LCCs) and Launch Control Equipment Buildings (LCEBs). Responses are due by April 15, 2026.
Scope of Work
The requirement is for annual and unscheduled deep cleaning services for up to fifteen (15) LCCs and LCEBs located in Wyoming, Colorado, and Nebraska. Services include cleaning acoustical enclosures, LCCs, and LCEBs, with detailed instructions for components such as mattresses, consoles, restrooms, equipment racks, and floors. The number of sites cleaned annually may vary from 3 to 15. The government intends to establish a single IDIQ contract with a total performance period of five years.
Contract & Timeline
- Type: Sources Sought / Market Research (Intended IDIQ)
- Duration: 5 years (anticipated)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 15, 2026, 4:00 PM UTC
- Published: April 6, 2026, 7:13 PM UTC
Special Requirements
Key requirements outlined in the draft Performance Work Statement (PWS) include:
- Security: Employees require Entry Authorization Letters (EALs), background checks, and must comply with security protocols, including restrictions on personal electronic devices within LCC/LCEB areas. Personnel will be escorted.
- Safety: Adherence to OSHA standards, provision of safety equipment, and use of hearing protection and hardhats are mandatory.
- Personnel: A Service Provider Manager with full authority is required. Employees must maintain a neat appearance.
- Performance Standards: Services will be evaluated against performance objectives, with a threshold of no more than two discrepancies per facility for cleaning services.
- Place of Performance: Sites are located between 59 and 128 miles from F.E. Warren AFB. Work hours are Monday through Friday, 7:30 a.m. to 4:30 p.m. MST/MDT, excluding federal holidays.
Submission Requirements
Interested parties should submit a capability statement briefly describing how their company can satisfy the requirement. The statement must include: (a) Company Name and CAGE Code; (b) Mailing Address; (c) Point of Contact (name, phone, email); (d) Website (if applicable); (e) Small business socio-economic status (e.g., 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB); (f) SAM registration status.
Submissions should be sent to 1st Lt Shane Yurkus (Shane.Yurkus@us.af.mil) and Mrs. Donna Doss (Donna.Doss.1@us.af.mil).
Additional Notes
This is a Sources Sought notice for market research only and does not constitute a request for quotation, proposal, or invitation for bid. No awards will be made from this announcement, and no solicitation is available at this time. Responses will inform the appropriate acquisition strategy for future procurement.