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 100% Total Small Business Set-Aside for a Firm-Fixed Price contract. The requirement emphasizes performance-based, results-oriented services utilizing innovation and commercial best practices. Proposals are due by March 18, 2026, at 4 PM EST.
Scope of Work
The contractor will provide comprehensive non-personal custodial services for the NSSC, which spans approximately 78 acres and includes 50 buildings. Services encompass scheduled cleaning and as-ordered tasks, such as exterior window cleaning and special event support. Specific areas for cleaning are detailed in Technical Exhibit TE-05, TE-07, and Attachment 3 (Building 14 Fitness Floor Plans). The scope explicitly excludes biohazard, mold remediation, flood cleanup, and pandemic-related cleaning. The contract includes three Contract Line Item Numbers (CLINs): 0001 for Base and Laboratories, 0002 for Recycle Removal, and 0003 for Fitness Center cleaning.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: A twelve (12) month base period with four (4) optional twelve-month periods.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561720 – Janitorial Services, with a small business size standard of $22.0 million.
- Place of Performance: Natick, MA 01760.
Submission & Evaluation
Proposals are due via email by March 18, 2026, at 4 PM EST. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors, in order of importance, are: Technical Requirements, Price, and Past Performance. Offerors must submit a signed letter (as a cover page), a 4-page narrative detailing capabilities and past performance, and a pricing proposal in Excel format that includes all funding levels (Green, Amber, Red, Black) as outlined in TE-04. The government reserves the right to award without discussions.
Key Information & Updates
A site visit was held on March 5, 2026, for which a Contractor Access Form (Attachment 1) was required. Questions regarding the solicitation were due by March 12, 2026. The Service Contract Labor Standards statute applies, and bidders must adhere to Wage Determination No. 2015-4047. A significant update indicates that this requirement is suitable for the JWOD Act and will transition to the AbilityOne Program upon the conclusion of the current commercial contract. Offerors must be registered in SAM and current with VETS-4212 filings.
Contacts:
- Lyndon Jagroop: lyndon.s.jagroop.civ@army.mil, 347-676-8382
- Kaylie Silva: kaylie.j.silva.civ@army.mil, 520-692-1439