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 performance-based, non-personal services contract for conventional janitorial services across approximately 78 acres and 50 buildings. This opportunity is a Total Small Business Set-Aside. Proposals are due March 18, 2026, by 4 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, and supplies for comprehensive custodial services, emphasizing innovation and commercial best practices. Services include scheduled cleaning, exterior window cleaning, and special event support. Tasks cover trash removal, litter pickup, sweeping, mopping, vacuuming, high-touch surface cleaning, and restroom maintenance. Excluded services are biohazard cleaning, mold remediation, flood cleanup, and pandemic-related cleaning. The Performance Work Statement (PWS) and Technical Exhibits (TEs) detail specific tasks, frequencies, and performance standards.
Contract Details
This will be a Firm-Fixed Price (FFP) contract with a 12-month base period and four 12-month option periods. The NAICS code is 561720 (Janitorial Services) with a $22.0 million size standard. The contract includes three Contract Line Item Numbers (CLINs): Base and Laboratories, Recycle Removal, and Fitness Center. The Service Contract Labor Standards statute applies, and bidders must adhere to DBA Wage Determination No. 2015-4047. Notably, this requirement is suitable for future inclusion in the AbilityOne Program upon the current contract's conclusion.
Submission & Evaluation
Proposals are due March 18, 2026, by 4 PM EST, submitted electronically via email. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, with factors considered in order of importance: Technical Requirements, Price, and Past Performance. Submissions must include a signed cover letter, a 4-page narrative detailing capabilities and past performance, and an Excel-formatted pricing proposal covering all funding levels (Green, Amber, Red, Black) under TE-04. Offerors must be registered in SAM under NAICS 561720 and current with VETS-4212 filings.
Key Dates & Contacts
- Site Visit: Thursday, March 5, 2026, at 10:00 AM EST at NSSC, Building 1 lobby. Attendees must complete Attachment 1 (Contractor Access Form).
- Questions Due: March 12, 2026, by 4 PM EST.
- Proposal Due: March 18, 2026, by 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).