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 for a Firm-Fixed Price contract. The opportunity emphasizes performance-based, results-oriented services, encouraging innovation and commercial best practices. Proposals are due March 11, 2026, at 4:00 PM EST.
Scope of Work
This non-personal services contract requires the provision of comprehensive custodial services for approximately 78 acres and 50 buildings at NSSC. The scope includes scheduled cleaning, as-ordered tasks like exterior window cleaning and special event support, and routine tasks such as trash removal, floor care, high-touch surface cleaning, and restroom sanitation. Services explicitly excluded are biohazard cleaning, mold remediation, flood cleanup, and pandemic-related cleaning. The contractor must provide all necessary personnel, equipment, and supplies, adhering to detailed performance standards outlined in Technical Exhibit TE-04.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One base year plus four (4) optional twelve-month periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 561720 (Janitorial Services), with a size standard of $22.0 million.
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA 01760.
- Key Attachments: Performance Work Statement (PWS), Technical Exhibits (TE-01 to TE-07), and Contractor Access Form.
Submission & Evaluation
- Proposal Due Date: March 11, 2026, 4:00 PM EST.
- Submission Method: Electronically via email.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Evaluation factors, in order of importance, are Technical Requirements, Price, and Past Performance.
- Proposal Requirements: A narrative (maximum 4 pages) detailing capabilities, one past performance reference, and a price proposal in Excel format. Proposals must cover all PWS items.
- Questions Due: March 6, 2026, 4:00 PM EST.
- Eligibility: Offerors must be registered in SAM under NAICS 561720 and be current with VETS-4212 filings.
Additional Notes
A site visit will be held, with details to be announced. The Contractor Access Request Form (Attachment 1) is required for site access. Building security clearances and consolidated square footage/surface types will be provided during the site visit. Offerors are responsible for their own pricing breakdown, emphasizing innovation and cost-effectiveness. The contract requires adherence to a detailed deliverables schedule (TE-02) and a robust Quality Control Plan (QCP).