AFNORTH Interior & Exterior Cleaning
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, 325th Contracting Squadron (CONS), is conducting a Sources Sought to identify potential sources for interior and exterior cleaning services for the AFNORTH Complex (buildings 1210, 1212, 1214) at Tyndall AFB, FL. This is a Total Small Business Set-Aside opportunity under NAICS 561720 (Janitorial Services, $22M size standard). The Government is contemplating a Firm Fixed Price (FFP) contract type. Responses are due April 10, 2026.
Scope of Work
The requirement includes comprehensive cleaning services as outlined in the Draft Performance Work Statement (PWS):
- Interior Cleaning: Common area interior walls (up to 60 inches), interior windows, interior light fixtures, baseboards, stairwell glass panels, and handrails in Buildings 1210 and 1214.
- Exterior Cleaning: Gutter cleaning, pressure washing of exterior walls and sidewalks around Buildings 1210, 1212, and 1214, and cleaning of all exterior windows.
- Mechanical Yard: Pressure washing of exterior walls and fences.
Performance Standards: Key standards include 95% compliance for exterior windows and pressure washing, 100% for interior windows and light fixtures, and 90% for interior walls.
Contract & Timeline
- Type: Sources Sought (for informational and planning purposes only, not a solicitation)
- Anticipated Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561720, Janitorial Services ($22,000,000 size standard)
- Response Due: April 10, 2026, 2:00 PM Central Time
- Published: March 31, 2026
Submission Details/Information Sought
Vendors are requested to provide:
- Company Information: Name, address, point of contact, phone, email, CAGE Code, Unique Entity ID, Business Size (Small Business, Other than Small), and relevant NAICS code(s).
- Capabilities Statement: Sufficient detail describing the ability to meet the requirements.
- Feedback on Draft PWS: Potential offerors are encouraged to provide comments on the attached Draft PWS content.
Special Requirements & Notes
- SAM Registration: Prospective contractors must be registered in SAM.gov with a Unique Entity ID to be eligible for award. Registration can take up to three weeks.
- Hazardous Materials (HAZMAT): All chemicals must be approved by Tyndall AFB Environmental Flight, requiring MSDS submission. Biodegradable mitigation efforts should be stated.
- Security: Personnel require a Local Files Check and a Defense Biometrics Identification System (DBIDS) card. Visitor passes are also necessary.
- Submission: Electronic submissions only to Ms. Shawna Morris (shawna.morris.2@us.af.mil) and Ms. Candace Robinson (candace.robinson.1@us.af.mil). Oral and mailed communications are not acceptable.
- Disclaimer: This is not a pre-solicitation notice or a commitment by the Government. Responses are for planning purposes only and do not guarantee contract award consideration.
Place of Performance
AFNORTH Complex (Buildings 1210, 1212, 1214) at Tyndall AFB, FL 32403.