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 U.S. Army Soldier Systems Center (NSSC) in Natick, MA, is soliciting proposals for Basewide Custodial Services. This is a Total Small Business Set-Aside for a Firm-Fixed Price contract. The intent is to establish performance-based, results-oriented work requirements for conventional janitorial services across approximately 78 acres and 50 buildings. Proposals are due March 11, 2026.
Scope of Work
The contractor shall provide all necessary personnel, equipment, supplies, and materials for comprehensive custodial services. This includes scheduled cleaning, as-ordered tasks (e.g., exterior window cleaning, special event support), trash removal, sweeping/mopping, vacuuming, high-touch surface cleaning, and restroom cleaning. Services explicitly not included are biohazard cleaning, mold remediation, flood cleanup, and pandemic-related cleaning/disinfecting. The PWS (Performance Work Statement) and Technical Exhibits (TEs) detail specific tasks, frequencies, and performance standards (e.g., TE-04).
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: Twelve (12) months base period with 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.
- Response Date: March 11, 2026, 1600 EST (via email only).
- Published Date: February 24, 2026.
- Questions Due: March 6, 2026, 1600 EST.
Evaluation
Award will be made based on the Lowest Price Technically Acceptable (LPTA) method. Evaluation factors, in order of importance, are: Technical Requirements, Price, and Past Performance. Proposals must cover all items specified in the PWS to be considered responsive. The government reserves the right to award without discussions.
Special Requirements & Notes
- Site Visit: An updated site visit is scheduled for Thursday, March 5, 2026, at 10:00 AM EST at NSSC, 10 General Greene Ave, Natick, MA. Attendees must meet in the lobby of Building 1. Bidders must complete the Contractor Access Form (Attachment 1) to gain installation access.
- Submission: Proposals require a signed letter, a 4-page narrative with past performance, and a pricing proposal in Excel format.
- Registration: Offerors must be registered in the System for Award Management (SAM) and current with VETS-4212 filings.
- Personnel: Employees must be legal U.S. residents, able to communicate in English, and comply with security policies (e.g., AT Level I, iWATCH training). Key personnel (Project Manager, Quality Control Manager) are required.
- Reporting: The contractor must adhere to a detailed deliverables schedule (TE-02) including work logs, training certificates, safety plans, and cleaning reports.
- Contact: Primary: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil, 347-676-8382). Secondary: Kaylie Silva (kaylie.j.silva.civ@army.mil, 520-692-1439).