You are on page 1of 12

1

STATEMENT OF WORK

Flight Program Operations

Aircraft Cleaning

June 6, 2017
2

I. Introduction

The Federal Aviation Administration (FAA), Flight Program Operations, has a requirement for
aircraft cleaning and servicing of lavatories. Locations these services will be performed include
the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK; Atlanta Airport, Atlanta,
Georgia; Atlantic City, Atlantic City, New Jersey; Battle Creek, Battle Creek, Michigan and
Sacramento, Sacramento Metro Airport, Sacramento, California.

This contract shall cover aircraft cleaning services for 28 aircraft. Three aircraft are located at
each of the following locations, Atlanta, Atlantic City, Battle Creek and Sacramento for a total of
12 aircraft. The remaining 16 aircraft are located in Oklahoma City at the MMAC. The contractor
shall provide personnel located with a 50 mile radius of each location to respond, if necessary, to
“pop-up” missions and urgent calls as identified below.

II. Aircraft Cleaning Services

The FAA requires four full-time (40 hour week) employed Aircraft Servicers (23060) to clean and
service FAA owned and leased aircraft located in Oklahoma City. The FAA will also require one full-time
(40 hour week) employed Aircraft Servicer (23060) at Atlanta, Atlantic City, Battle Creek, and Sacramento
to clean and service FAA owned and leased aircraft. The regular hours for aircraft servicing are from 1500
through 2330 (3:00 p.m. through 11:30 p.m.) local time at the site location, Monday through Friday,
except Federal Holidays. The shift start times are flexible based on the aircraft flight schedule; however,
each shift shall be 8 hours. Shift flexibility is required due to the changing flight schedule and occasional
“pop-up” missions associated with National disaster response.

The Contractor shall provide all the labor, materials, and equipment for aircraft cleaning and
servicing. All equipment and materials must be approved by the Contracting Officer’s Representative
(COR). Equipment must include a carpet extractor machine for cleaning interiors and orbital polishers for
the exterior. The FAA shall provide all electrical power, lighting, water, lavatory and potable water service
carts, waste facilities, and stands necessary to clean and service the aircraft.

The contractor is expected to follow the manufacturers’ procedures and guidelines for cleaning
and servicing the aircraft. The FAA shall furnish the current procedures and guidelines for each aircraft
upon award. The procedures and guidelines will remain the property of the government and shall not be
removed from the premises.

Services are required though the primary employee is absent for any reason. In the event the
primary employee is on scheduled leave or extended absence for any reason (extended absence is
defined as 3 days or more) the contractor must provide a fully trained and airport authorized replacement
employee. Failure to provide a replacement employee shall be actionable under the default clause of this
contract.

Services shall be performed on the following aircraft:

a. Located at the MMAC

i. 2 each Lear Jet, LR-60’s


3

ii. 8 each Beechcraft, BE-300’s

iii. 3 each Challenger 601, 1 each Challenger 604, and 2 each Challenger 605.

b. Located at Atlanta, Georgia

i. 3 each Beechcraft, BE-300’s

c. Located at Atlantic City, New Jersey

i. 3 each Beechcraft, BE-300’s

d. Located at Battle Creek, Michigan

i. 3 each Beechcraft, BE-300’s

e. Located at Sacramento, California

i. 3 each Lear Jet, LR-60’s

NOTE: During the course of this contract, the models and types of aircraft operated by FAA at all locations may
change. The quantity of aircraft covered by this contract shall not exceed 28 aircraft without the mutual consent
of the contractor and the FAA.

Contract employees must meet the standard AMS requirements, to include, passing a background
investigation that meets the investigative requirements for the position.

https://www.opm.gov/investigations/background-investigations/position-designation-
tool/#url=Automated-Tool

III. General Requirements for Aircraft Cleaning:

All work shall meet the standards specified herein and shall be accomplished in conformance with
approved and accepted standards of the industry; equipment manufacturers; all applicable activity, local, state,
and federal standards; all applicable building and safety codes as well as the aircraft manufacturers recommended
cleaning and servicing instructions.

The general cleaning requirements for each aircraft are to obtain an appearance free from dirt, bugs,
exhaust streaks, oil stains and spots. Washing the exterior with water may not be necessary if the same results can
be obtained by wiping the aircraft with spray cleaner and cloth. The contracted worker is not expected to
accomplish all the duties listed below in one shift, on all aircraft. The FAA Aircraft Maintenance lead mechanic at
each location will identify work priorities each day.

IV. All Aircraft Weekly Cleaning (or upon return from an extended mission)

a. Interior Cleaning: Requirements include the vacuuming of carpets and seats, spot cleaning of
stains in carpeting, seats and headliner; also cleaning the cockpit displays and gauges, interior
windows, wall panels, counter tops, lavatory seat and deck, entranceway steps and hand rails
and emptying the trash. The lavatory and galley cabinets and drawers require cleaning as well.
4

b. Exterior Cleaning: Wipe down all external surfaces (ex. wheels, cowlings, leading edge surfaces).

c. Aircraft Windows: Glass and Plastic: Brushes and abrasive clothes shall not be used on the
aircraft windows. Only clean, soft, lint free cloths should be used. Exterior windows shall be
rinsed with water prior to wiping with a cloth to remove abrasive particles. Some of the aircraft
windows are glass, others are plastic and only the approved aircraft window cleaner for the type
of aircraft and window being cleaned shall be used. The aircraft manufacturer’s procedures
outlining window cleaning will be followed at all times. Upon award, the COR will inform the
contractor which windows are glass and plastic.

d. Aircraft cockpit: Vacuuming, dusting and cleaning the aircraft instruments and display screens
shall be done with care so damage is not inflicted to the aircraft. Only clean, soft, lint free cloths
and dust brushes shall be used on aircraft instruments and displays. Only approved anti-static
fluids shall be sprayed onto instruments and displays.

e. Aircraft headliner: The aircraft headliners may require spot cleaning. Areas should be tested
prior to cleaning to ensure the cleaning agent will not stain the headliner. Some headliners
require dry cleaning agents only and will stain if a water-based product is used. It is the
responsibility of the contractor to determine how to clean the headliner.

f. Interior Paneling and siding: The interior paneling and siding varies with each aircraft but will
require regular cleaning. Areas should be tested to determine if paneling will stain.

i. Silks/delicates – Shall be cleaned in accordance with OEM standards.

ii. Fire Blocked Fabrics – Shall be cleaned using only FAA approved solutions to maintain
the integrity of the fire blocking capability.

iii. Upholstery – Shall be cleaned in accordance with OEM standards.

V. All Aircraft Monthly Cleaning

a. Aircraft Seats: Cloth seats will be cleaned monthly and will require treatment to prevent stains
as required. Leather seats will require a leather cleaner and conditioner.

b. Interior cleaning of the galley (when installed) to include the oven/microwave interiors and
surrounding area. Also galley cabinets and drawers require cleaning as well.

VI. All Aircraft Semi-Annual Cleaning

a. Wet Wash Exterior Surfaces: Prior to washing exterior surfaces, AMEG will tape off all required
areas to include pitot static ports, etc. Washing the exterior of the aircraft shall include using a
manufacturer approved soap and a soft brush. The exterior wash shall include the upper and
lower surfaces of the wings, flaps, fuselage, engine cowlings, pylons and stabilizers. The landing
gear, wheels and landing gear doors shall also require cleaning. Exterior windows shall be
cleaned using the manufacturers approved cleaner and a soft cloth. Aircraft windows shall not
5

be washed with a brush. Aircraft shall be rinsed free of dirt and soap residue, water spots or
stains. Upon completion, AMEG will be notified for aircraft lubrication completion.

b. Polishing Unpainted and Painted Surfaces: Unpainted surfaces, known as brightwork, require
polishing to remove surface corrosion and to enhance their appearance. These areas shall be
polished when oxidation begins to appear using an orbital buffer or by hand with non-abrasive
cleaning/polishing solution. Surrounding painted and plastic surfaces (such as light lenses) shall
be masked off to prevent damage. Surfaces shall be left with a mirror like finish and all debris
associated with polishing shall be removed. Painted surfaces require polishing to protect the
high gloss exterior finish of the entire aircraft and in specific areas to remove stubborn stains,
typically around exhaust areas.

Polishing unpainted aluminum is required on all the aircraft. Areas to be polished are the leading
edges of the aircraft wings, horizontal and vertical stabilizers, engine inlets, and the cockpit
window frames. The areas shall be masked off to prevent damage to painted surfaces. The
aluminum shall be polished either by hand or by using orbital buffers, non-abrasive pads and a
non-abrasive aluminum cleaning polish. All processes shall meet manufacturer’s specifications.

c. Aircraft Carpets: Routine cleaning of the carpets can be accomplished with a vacuum followed
with spot cleaning. Semi-annually, the carpets shall be cleaned using a hot water extraction
machine and a mild detergent pre-spray. The pre-spray shall be rinsed with a mild acid rinse
approved for carpet cleaning. All soap residues shall be rinsed out with care not to wet the
carpet backing. After cleaning, carpet blowers will be installed to speed up the drying time. It is
critical that the carpet backing does not get wet. If the carpet backing gets wet, corrosion may
result on the aircraft floorboards. If the contractor or the FAA feels the carpet should be
removed prior to cleaning, it is the FAA’s responsibility to remove and reinstall the carpet. The
contractor is expected to attempt to remove carpet stains such as coffee, grease and oils, and
common food or drink spots.

VII. All Aircraft Maintenance Check Cleaning

a. Prior to aircraft induction for maintenance checks, exterior cleaning will be accomplished. This
will include all items listed in Section VI. All Aircraft Semi-Annual Cleaning.

Upon completion of aircraft maintenance checks, aircraft will receive an exterior and interior
cleaning. This will include items listed in sections IV, V and VI All Aircraft Weekly, Monthly and
Semi-Annual Cleaning.

b. Strip and Seal De-Ice Boots: De-ice boots on the horizontal stabilizer and wings shall be cleaned
and preserved in accordance with the manufacturer’s and aircraft maintenance manuals. It is
the responsibility of the contractor to properly treat the de-ice boots and the Government’s
responsibility to provide the updated manufacturer’s and aircraft manuals for reference.

VIII. General Requirements for Aircraft Servicing


6

Servicing requirements include draining and refilling the lavatory and potable water systems.
Lavatories shall be cleaned and re-serviced after every flight, as needed. Minimum servicing will be
once per week.

It is the FAA’s responsibility to train the contractors on the proper lavatory and potable water
servicing procedures for each aircraft model.

It is the Contractor’s responsibility to ensure that all contract employees have current tetanus and
Hepatitis B vaccines.

a. Management: The FAA Contracting Officer Representative (COR) shall manage the total work
effort associated with the Aircraft servicing of FAA aircraft. Included in this function are a full
range of management duties including, but not limited to, planning, scheduling, establishing, and
maintaining records and quality control. The Contractor shall provide an adequate staff of
personnel with the necessary technical expertise to assure the performance of the work is in
accordance with sound and efficient technical practices.

b. Work Control: The FAA COR shall implement all necessary work control procedures to ensure
timely accomplishment of work requirements as well as to permit tracking of work in progress.
The FAA COR shall plan and schedule work to ensure adequate labor, materials and equipment
are available. FAA furnished equipment shall be the responsibility of the contractor. Verbal
scheduling and status reports shall be provided when requested by the COR.

c. Work Schedule: The FAA COR and the Contractor shall schedule and arrange work that will allow
the least interference with the aircraft flight schedule and allow maximum labor utilization while
aircraft are in the hangar. Aircraft are usually in the hangar and available for cleaning between
1500 and 2330 (3:00 p.m. and 11:30 p.m.), local time at the site location. The Contractor may,
with the approval of the FAA COR, clean and service the aircraft at times other than specified
above.

d. Staffing: The Contractor shall continuously maintain an adequate staff with suitable technical
expertise to assure work is completed when the primary employee is away for any reason.

e. General Requirements and Procedures/Standards: All work shall meet the standards specified
herein and shall be accomplished in conformance with approved and accepted standards of the
industry; equipment manufacturers; all applicable activity, local, state, and federal standards; all
applicable building and safety codes as well as the aircraft manufacturer’s recommended
cleaning and servicing instructions.

i. When the Contractor completes work on an aircraft, it shall be free of missing


components or defects which would prevent it from functioning as originally intended
and/or designed.

ii. During servicing and at completion of work, debris shall not be allowed to spread
unnecessarily into adjacent areas or accumulate in the work area. All debris, excess
material, and parts shall be removed at the completion of the job and/or at the end of
each workday.
7

iii. A Line Station Supervisor shall be notified to inspect completed work.

f. Replacement, Modernization, Renovation: During the term of the contract, the Government may
replace, renovate, or improve equipment, systems, facilities, components, and fixtures at the
Government’s expense and by means not associated with this contract. All replaced, improved,
updated, modernized, or renovated equipment, fixtures, facilities, components, and systems
shall be maintained, operated, and/or repaired by the Contractor at no additional cost to the
Government unless such changes result in an increase or decrease in contract requirements.
Changes, replacements, or deletions, which result in an increase or decrease in contract
requirements, will result in adjustments to the contract price in accordance with the “CHANGES”
clause, Section 1.

g. Work outside Regular Hours: Unless otherwise specified, all work shall be performed during the
Government’s regular working hours 1500 through 2330 (3 p.m. to 11:30 p.m.) local time at the
site location. If the Contractor or COR desires to work on Saturday, Sunday, Federal holidays, or
outside regular working hours, he/she must request permission and approval from the
Contracting Officer (CO). The COR may also schedule work on weekends for the contractor
(overtime) upon agreement with the contractor personnel and approval of the (CO).

h. Continuity of Services: To ensure continuity of essential services, the Contractor shall be


prepared to fully commence work on the start date of this contract, and shall not assume the
Government or previous contractor employees will be available to guide, direct, or specifically
orientate each contractor employee.

i. All Contractors who will be performing aircraft lavatory servicing and cleaning must have current
Hepatitis vaccine.

IX. Government Furnished Property and Services

In accordance with the “GOVERNMENT PROPERTY (FIXED-PRICED CONTRACTS)” clause in Section I,


the Government will provide the Contractor the use of certain Government owned facilities,
equipment, and materials for use only in connection with this contract. The use of Government
furnished property and services for other purposes are prohibited. All such facilities, equipment and
materials will be provided in “as is” condition.

a. Government Furnished Facilities – Aircraft Cleaning/Servicing: The Government will furnish or


make available to the Contractor the following at all facilities: all electrical power, lighting,
water, lavatory and potable water service cart, waste facilities, and stands necessary to clean and
service applicable aircraft listed in Section II.

Should the Contractor choose to use the Government furnished facilities, adequate precautions
shall be taken by the Contractor to prevent fire hazards, odors, and vermin.

At the completion of the contract, all equipment shall be returned to the Government in the
same condition as received, with reasonable wear and tear. The Contractor shall be held
responsible for the cost of any repairs caused by negligence or abuse on his/her part, or on the
part of his/her employees.
8

b. The Government shall furnish appropriate training for all Lavatories servicing equipment to
include proper procedures for disposal of all waste.

X. Contractor Furnished Property and Services:

a. Aircraft Cleaning and Servicing: The contractor shall be responsible to furnish all items for
aircraft cleaning and servicing except for items provided by the Government as listed in Part I,
Section IX.

XI. End Results/Deliverables:

This section describes 1) the products and tangible end results that are expected from each task
contained in the previous sections, 2) the date each deliverable is due, and 3) the government
acceptance criteria.

a. Schedule and Acceptance: The contractor must ensure that all deliverables conform to FAA
branding and applicable formatting requirements or as approved by the COR. The Contractor
must submit the following deliverables as specified in this SOW:

Note: All days are business days unless otherwise noted. Due dates established at time of
requirement must be documented, including development schedules and draft reviews in respective
monthly reports.

End
Item Result/Deliverable Due Date Acceptance Criteria
The weekly cleaning will be
IV. Weekly Cleaning Weekly inspected by
Last Business day The monthly cleaning will be
V. Monthly Cleaning of month inspected by
Last Business day
Semi-Annual of 2nd and 4th The Semi-Annual cleaning will
VI. Cleaning quarter be inspected by
The Annual cleaning will be
VII. Annual Cleaning inspected by
As identified within the SOW.
The Contractor must provide
details on the overtime work
completed in the Monthly
Overtime (OT) As Required by report as OT is completed the
Requests the COR previous month
2nd Business day The Monthly Status Reports
Monthly Status of the following are accurate, complete,
Reports month submitted on time in the COR
9

approved format and is


prepared in accordance with
the SOW.

XII. Place of Performance

a. Hangars 8 & 9, The Mike Monroney Aeronautical Center (MMAC), 6500 South MacArthur Blvd.,
Oklahoma City, OK 73169.

b. Atlantic City International Airport, Bldg. 301 Aux-5, Atlantic City, NJ, 08234.

c. ATL Line Station Maintenance Section, 4185 Martin Luther King Jr. Drive, Atlanta, GA 30336.

d. BTL Line Station Maintenance Section, 16085 South Airport Road, Battle Creek, Michigan, 49015.

e. Sacramento Metro Airport, 6349 Lindberg Drive, Sacramento, CA 95837.

XIII. Work Hours

Contract services must be performed at the site Monday through Friday, Federal Holidays
excluded. Contractor is to perform services 40 hours per week, 8 hours per day, for 5 days. Any
variation in the schedule must be approved by the CO. (Regular working hours are 1500 – 2330;
3 p.m. – 11:30 p.m., refer to pg. 3, Section II). All work performed outside of the 40 hours per
week will be considered overtime (OT). Sufficient funding for OT must be available on the task
for the stated type of work prior to work completion.

a. Overtime: Overtime is defined as time worked by a Contractor’s employee in excess of the


employee’s normal 40 hour work week. Overtime will be paid as premium hours (pay time and a
half) for hours worked over 40 hours. Written approval for overtime must be obtained in
advance from the CO.

Although OT is not anticipated, all work performed outside of the 40 hours per week will be
considered OT. Sufficient funding for the OT must be available on the task for the stated type of
work before it can be worked. As required, the COR will process an OT request via email for the
CO approval.

As required by the COR, the Contractor must provide an OT request for approval prior to working
the requested time. The OT request must contain the following information:

 Name of Employee
10

 Pay Period the OT will take place

 Date and Time the OT will be worked

 Work Required

 Total estimated hours required to perform the work

The Contractor must provide details on the OT work completed in the monthly report as the OT
is worked.

XIV. Transition/Close Out Plan

Approximately four weeks prior to the Task Order’s end date, the FAA will require the Contractor to
provide the following:

a. A financial report

b. A final status report that includes a projection of activities for the remainder of the Task Order

c. A closeout meeting with the FAA (details and participants to be determined by the FAA)

All FAA security badges, if issued, must be turned in to the COR by closeout of the Task Order.
11

Appendix A – Sample Monthly Status Report

SAMPLE MONTHLY STATUS REPORT

REGULATION AND CERTIFICATION INFRASTRUCTURE FOR ABC PROGRAM


CONTRACT NO. DTFAWA-XXXXX
TASK ORDER NO. DTFAWA-XXXXXX

- Monthly Status Report -


Period: mm/dd/yy-mm/dd/yy

I CONTRACT SUMMARY

Contract Name: ABC,

Program Office: Code, Section

Contracting Officer: Name

TOR: name, code, tel#

Alternate TOR: name, code, tel#

Contractor Project Manager: name, code, tel#

Contract Period of Performance: mm/dd/yy –mm/dd/yy

II CONTRACT PROFILE

The contractor is providing technical and implementation support to for the abc program.

III WORK PROGRESS SUMMARY

1. Milestones
DELIVERABLES DUE DATE

Monthly Status Report NLT the xth day of each month

zyx required documents As Directed


12

2. Work/Travel Completed This Reporting Period (Month):


 Participated in formal telecoms and team meetings
̶ Meeting XYZ, Participants – Joe (16 hrs) , Bob (8 hrs) , John (4 hrs)
 Continued refinement of the document (attached document ver x.y)

3. Work/ Travel planned for the Forthcoming Period (November):


 Continue to draft the document (to include sections worked on), including risk
and other sections
 Attend and participate at the xyz meetings
 Continue to participate in xyz program related meetings and planning for travel
(define each meeting).

IV PROBLEM AREAS

 Problems Encountered/Resolved: N/A


 Problems Anticipated/Possible Solutions:

V FINANCIAL SUMMARY

Contract Value

Contract Funding
 Reporting Period Expenditures
 Cumulative Expenditures

Funds Remaining
Percent of Funds Expended
Projected Date for 75% Expenditure of Funds
Estimated Funds Expiration Date

You might also like