BASEWIDE CUSTODIAL SERVICES
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 Army is soliciting proposals for Basewide Custodial Services at the U.S. Army Soldier Systems Center (NSSC) in Natick, MA. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price contract. The government seeks performance-based, results-oriented services, emphasizing innovation and commercial best practices for conventional janitorial needs across approximately 78 acres and 50 buildings. Proposals are due March 11, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, transportation, tools, and materials for comprehensive custodial services. This includes scheduled cleaning, as well as as-ordered/requested tasks such as exterior window cleaning and special event support. Core tasks involve trash removal, litter pickup, sweeping, mopping, vacuuming, high-touch surface cleaning, and restroom maintenance. Services explicitly excluded are biohazard, mold, flood, and pandemic-related cleaning. Detailed performance standards and task frequencies are outlined in Technical Exhibit TE-04, while recycling services are specified in TE-03. Technical Exhibits TE-05 and TE-07 provide extensive facility layouts, square footage, and life safety plans for the various buildings.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Duration: One (1) base year with four (4) one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 – Janitorial Services, with a size standard of $9.5 million.
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA 01760.
Submission & Evaluation
- Proposal Deadline: March 11, 2026, 4:00 PM EST.
- Submission Method: Via email only.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors (in order of importance): Technical Requirements, Price, and Past Performance.
- Proposals must address all items in the Performance Work Statement (PWS). The government reserves the right to award without discussions.
- Offerors must be registered in the System for Award Management (SAM) and be current with VETS-4212 filings. Required proposal components include a signed letter, a 4-page narrative detailing past performance, and a pricing proposal in Excel format.
Key Deliverables & Requirements
The contract requires various deliverables, including a Contractor Work Log, training certificates (e.g., Anti-Terrorism, OPSEC), key personnel resumes, a Phase In/Out Plan, a Quality Control Plan (QCP), Safety Plan, Spill Plan, and Safety Data Sheets (SDS). Contractors must adhere to a 4-hour response time for special events/VIP requests and maintain a low customer complaint rate (max one per report for tasks/events, max one per month for QCP). Compliance with OSHA and environmental regulations, including the use of EPA-registered disinfectants and 'Bio-Preferred' products, is mandatory. The government will provide facilities for storage and custodial quarters.
Questions
All questions must be submitted in writing by March 6, 2026, 4:00 PM EST. Primary Contact: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil, 347-676-8382) Secondary Contact: Kaylie Silva (kaylie.j.silva.civ@army.mil, 520-692-1439)