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 to provide non-personal janitorial services across approximately 78 acres and 50 buildings. The solicitation emphasizes performance-based, results-oriented solutions utilizing innovation and commercial best practices. Proposals are due March 18, 2026, by 4 PM EST.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and materials for comprehensive custodial services. This includes scheduled cleaning, and as-ordered tasks like exterior window cleaning and special event support. Services explicitly exclude biohazard, mold remediation, flood cleanup, and pandemic-related cleaning. The scope also covers installation-specific recycling services. Detailed performance standards and task frequencies are outlined in Technical Exhibit TE-04, and the physical scope is detailed in TE-05 (1, 2, and 3 of 3).
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: A 12-month base period with four (4) optional 12-month periods.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561720 – Janitorial Services, with a size standard of $22.0 million.
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA.
Submission & Evaluation
Proposals must be submitted via email only by March 18, 2026, at 4 PM EST. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering Technical Requirements, Price, and Past Performance in that order. Required submissions include a signed letter, a 4-page narrative detailing capabilities and past performance, and a pricing proposal in Excel format. Offerors must be registered in SAM and current with VETS-4212 filings. The Service Contract Labor Standards (Wage Determination No. 2015-4047) apply.
Key Dates & Contacts
- Site Visit: Thursday, March 5, 2026, at 10:00 AM EST, at NSSC Building 1 lobby. Attendees must complete the Contractor Access Form (Attachment 1) to gain access.
- Questions Due: No later than March 6, 2026, at 4 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).