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, performance-based janitorial services across approximately 78 acres and 50 buildings. The contract emphasizes innovation and commercial best practices. Proposals are due March 18, 2026, by 4:00 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and materials for comprehensive custodial services, including scheduled cleaning and special event support. Services explicitly exclude biohazard, mold, flood, and pandemic-related cleaning. The scope is detailed in the Performance Work Statement (PWS) and Technical Exhibits, with TE-05 providing definitive locations and TE-04 outlining performance standards and task frequencies. The work will be performed throughout the NSSC installation.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One 12-month base period, plus four 12-month option periods.
- Set-Aside: Total Small Business (NAICS 561720 - Janitorial Services, Size Standard: $22.0 million).
- Place of Performance: Natick, MA.
Submission & Evaluation
Proposals must be submitted via email and include a signed letter, a 4-page narrative detailing past performance and capabilities, and a pricing proposal in Excel format. Offerors must be registered in SAM and current with VETS-4212 filings. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering Technical Requirements, Price, and Past Performance in that order. The government reserves the right to award without discussions.
Key Dates & Information
- Site Visit: A site visit is scheduled for March 5, 2026, at 10:00 AM EST at NSSC, Building 1 lobby. Attendees must complete the Contractor Access Form (Attachment 1).
- Proposal Due Date: March 18, 2026, 4:00 PM EST.
- Contacts: Kaylie Silva (kaylie.j.silva.civ@army.mil) and Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil).
- Wage Determination: The Service Contract Labor Standards statute applies, and bidders must adhere to the U.S. Department of Labor Wage Determination No. 2015-4047.