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, emphasizing performance-based, results-oriented services with innovation and commercial best practices. Proposals are due March 18, 2026, by 4 PM EST.
Scope of Work
The contractor will provide comprehensive non-personal custodial services for approximately 78 acres and 50 buildings at NSSC. This includes scheduled cleaning, exterior window cleaning, and support for special events. Services explicitly exclude biohazard, mold, flood, and pandemic-related cleaning. The scope also covers recycling services as detailed in Technical Exhibit TE-03. Approximately 50% of the facility square footage requires stripping and waxing, while the other 50% is carpeted. Specific locations and performance standards are outlined in Technical Exhibits TE-04 and TE-05.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One 12-month base period, plus four 12-month option years.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 – Janitorial Services, with a size standard of $22.0 million.
- CLIN Structure: Includes CLINs for Base and Laboratories (0001), Recycle Removal (0002), and Fitness Center (0003).
- Labor Standards: The Service Contract Labor Standards statute applies, with Wage Determination No. 2015-4047.
Submission & Evaluation
- Proposal Due Date: March 18, 2026, 4 PM EST.
- Submission Method: Electronically via email.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Factors, in order of importance, are Technical Requirements, Price, and Past Performance.
- Required Documents: Proposals must include a signed offeror letter (as a cover page, not counting towards narrative limit), a 4-page narrative detailing capabilities and past performance (covering all PWS points), and a pricing proposal in Excel format that includes all Funding Levels (Green, Amber, Red, Black) under TE-04.
- Questions Due: March 12, 2026.
- Site Visit: A site visit was held on March 5, 2026, at 10 AM EST. Attendees were required to complete a Contractor Access Form (Attachment 1).
- Eligibility: Offerors must be registered in SAM under NAICS 561720 and be current with VETS-4212 filings.
Key Requirements
The contractor must provide all necessary personnel, equipment, and supplies. Key personnel include a Project Manager and Quality Control Manager. Compliance with security policies (AT Level I, iWATCH training) is mandatory. The contractor is responsible for purchasing paper products. Required deliverables include a Quality Control Program, various work logs, cleaning reports, and safety plans as detailed in Technical Exhibit TE-02.