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 non-personal services contract, emphasizing performance-based, results-oriented solutions using commercial best practices. The contract will be a Firm-Fixed Price type, with a base period of twelve months and four twelve-month option periods. Proposals are due by March 18, 2026, at 4 PM EST.
Scope of Work
The contractor will provide comprehensive custodial services for approximately 78 acres and 50 buildings at NSSC. Services include scheduled cleaning, as-ordered/requested tasks (e.g., exterior window cleaning, special event support), and routine tasks such as trash removal, sweeping, 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) details specific tasks, performance standards (TE-04), and required funding levels (Green, Amber, Red, Black).
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: 12-month base + four 12-month option periods
- Set-Aside: Total Small Business (NAICS 561720 – Janitorial Services, Size Standard: $22.0 million)
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA
- CLIN Structure: Includes CLINs for Base and Laboratories, Recycle Removal, and Fitness Center.
- Future Status: This requirement is suitable for addition to the Procurement List under the JWOD Act and will be moved to the AbilityOne Program at the end of the current commercial contract.
Submission & Evaluation
Proposals are requested via Request for Proposal (RFP) and must be 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. Required submission components include:
- A signed cover letter (does not count towards page limit).
- A 4-page narrative detailing capabilities and past performance, addressing PWS Section 5.0 Specific Tasks and 8.0 Technical Exhibits.
- A pricing proposal in Excel format, including pricing for all funding levels under TE-04.
Key Dates & Contacts
- Proposal Due Date: March 18, 2026, 4 PM EST
- Questions Due Date: March 12, 2026, 4 PM EST
- Site Visit: A rescheduled site visit was held on Thursday, March 5, 2026, at 10:00 AM EST. Attendees were required to complete the Contractor Access Form (Attachment 1).
- Primary Contact: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil)
- Secondary Contact: Kaylie Silva (kaylie.j.silva.civ@army.mil)
Important Notes
Offerors must be registered in SAM under NAICS 561720 and current with VETS-4212 filings. The Service Contract Labor Standards statute applies, and the Department of Labor Wage Determination No. 2015-4047 is applicable. The government reserves the right to award without discussions.