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 100% Total Small Business Set-Aside for a Firm-Fixed Price contract, emphasizing performance-based, results-oriented services with innovation. Proposals are due March 18, 2026, at 4 PM EST.
Scope of Work
The contractor will provide non-personal custodial services for approximately 78 acres and 50 buildings at NSSC, Natick, MA. Services include scheduled cleaning, exterior window cleaning, and special event support. The Performance Work Statement (PWS) details specific tasks, frequencies (including Green, Amber, Red, and Black funding levels), and performance standards (TE-04). Excluded services are biohazard cleaning, mold remediation, flood cleanup, and pandemic-related cleaning. The scope includes three Contract Line Item Numbers (CLINs): Base and Laboratories (CLIN 0001), Recycle Removal (CLIN 0002), and Fitness Center (CLIN 0003). Approximately 50% of the square footage requires stripping and waxing, while the other 50% is carpeted.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: One (1) 12-month base period with four (4) optional 12-month periods.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 – Janitorial Services
- Size Standard: $22.0 million
- Labor Standards: The Service Contract Labor Standards statute applies.
- Future Impact: This requirement is suitable for the AbilityOne Program and will transition at the end of the current commercial contract.
Submission & Evaluation
- Proposal Due: March 18, 2026, 4 PM EST.
- Questions Due: March 12, 2026, 4 PM EST.
- Submission: Electronically via email ONLY to Kaylie Silva (kaylie.j.silva.civ@army.mil) and Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil).
- Proposal Format: Must include a signed cover letter (not part of page count), a 4-page narrative addressing PWS Sections 5.0 and 8.0 (excluding title page/table of contents), and a pricing proposal in Excel format. Pricing must cover all funding levels (Green, Amber, Red, Black) from TE-04.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on Technical Requirements, Price, and Past Performance (in order of importance).
- Eligibility: Offerors must be registered in SAM under NAICS 561720 and current with VETS-4212 filings.
Key Attachments & Clarifications
- Site Visit: A site visit was held on March 5, 2026, at 10 AM EST at NSSC, Natick, MA. Bidders were required to complete the Contractor Access Form (Attachment 1) for entry.
- Technical Exhibits: Key exhibits include TE-01 (Performance Requirements Summary), TE-02 (Deliverables Schedule), TE-03 (Installation Recycle Services), TE-04 (Custodial Services Performance Standards), TE-05 (Facilities to Receive Services), TE-06 (Installation Map), and TE-07 (Floor Plans). Attachment 3 provides Building 14 Fitness Cleaning Floor Plans.
- Wage Determination: Attachment 2 provides the DBA Wage Determination No. 2015-4047.
- Contract Price Increases: Not allowed for increases in required wage/benefit costs; these should be factored into the proposal.
Contacts
- Primary: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil, 3476768382)
- Secondary: Kaylie Silva (kaylie.j.silva.civ@army.mil, 5206921439)