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 under a Firm-Fixed Price Contract. This 100% Small Business Set-Aside opportunity requires performance-based, results-oriented janitorial services emphasizing innovation and commercial best practices. Proposals are due by March 18, 2026, at 4 PM EST.
Scope of Work
The contractor will provide non-personal custodial services for the NSSC, encompassing approximately 78 acres and 50 buildings. Services include scheduled cleaning, as-ordered tasks like exterior window cleaning and special event support. Key tasks for prominent areas involve trash removal, sweeping/mopping, vacuuming, high-touch surface cleaning, and restroom cleaning. Excluded services are biohazard cleaning, mold remediation, flood cleanup, and pandemic-related cleaning. The Performance Work Statement (PWS) and its technical exhibits detail specific requirements, performance standards, and task frequencies (Green, Amber, Red, Black funding levels).
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: One (1) 12-month base period with four (4) optional 12-month periods.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 – Janitorial Services
- Size Standard: $22.0 million
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA 01760
Submission & Evaluation
- Proposal Due Date: March 18, 2026, 4 PM EST
- Submission Method: Via email ONLY to Kaylie Silva (kaylie.j.silva.civ@army.mil) and Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil).
- Required Documents: Signed Cover Letter (single page), 4-page Narrative (addressing PWS Sections 5.0 and 8.0, excluding title page/table of contents), and Pricing Proposal in Excel format (including pricing for all Green, Amber, Red, Black funding levels).
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Factors, in order of importance: Technical Requirements, Price, and Past Performance.
- Eligibility: Offerors must be registered in SAM under NAICS 561720 and current with VETS-4212 filings.
Key Clarifications & Notes
- Site Visit: A site visit was held on March 5, 2026, at 10 AM EST. Bidders were required to complete a Contractor Access Form (Attachment 1) for entry.
- Questions Due: Questions were due by March 12, 2026, 4 PM EST.
- Square Footage: Bidders should refer to Attachment 4 and TE-05 documents for guidance on calculating square footage.
- AbilityOne Program: 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.
- Wage Determination: The Service Contract Labor Standards statute applies; bidders must use DBA Wage Determination No. 2015-4047 for labor costs.
- Contacts: Primary: Lyndon Jagroop (lyndon.s.jagroop.civ@army.mil, 347-676-8382). Secondary: Kaylie Silva (kaylie.j.silva.civ@army.mil, 520-692-1439).