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 services are performance-based, 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.
Opportunity Overview
This non-personal services contract requires a contractor to provide all necessary personnel, equipment, supplies, and materials for comprehensive custodial services. The intent is to establish work requirements that are performance-based and results-oriented, encouraging the contractor to determine the most cost-effective methods.
Scope of Work
- Provide scheduled and as-ordered/requested custodial services for the NSSC facilities.
- Tasks include trash removal, sweeping/mopping, vacuuming, high-touch surface cleaning, and restroom cleaning.
- Services explicitly exclude biohazard cleaning, mold remediation, flood cleanup, and pandemic-related disinfecting.
- Compliance with detailed performance standards outlined in Technical Exhibit TE-04.
Key Requirements & Deliverables
- Maintain an effective quality control program (QCP) as per PWS paragraph 1.7.11.7.
- Adhere to a detailed deliverables schedule (TE-02) for logs, reports, training certificates, and plans (Safety, Spill, Phase In/Out).
- Personnel must be legal U.S. residents, communicate in English, and comply with security policies, including AT Level I and iWATCH training.
- Use EPA-registered disinfectants and environmentally preferable products.
- Contractor Access Form (Attachment 1) is required for facility access.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One 12-month base period with four 12-month option periods.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561720 – Janitorial Services.
- Small Business Size Standard: $22.0 million.
Submission & Evaluation
- Proposal Due Date: March 11, 2026, 4:00 PM EST.
- Submission Method: Via email only.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), considering Technical Requirements, Price, and Past Performance (in order of importance).
- Proposals must include a signed letter, a 4-page narrative on capabilities and past performance, and a pricing proposal in Excel format.
- Offerors must be registered in SAM and current with VETS-4212 filings.
Important Dates & Actions
- Site Visit: February 26, 2026, at 10:00 AM EST, at NSSC, Building 1 lobby. Attendees must complete the Contractor Access Form (Attachment 1) for installation access.
- Questions Due: March 6, 2026, 4:00 PM EST.
Contact Information
- Primary: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil, 347-676-8382)
- Secondary: Kaylie Silva (kaylie.j.silva.civ@army.mil, 520-692-1439)