Custodial & Related Services - Dulles International Airport and Reagan National Airport
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 General Services Administration (GSA), Public Buildings Service (PBS), is conducting a Sources Sought market survey to identify qualified Small Business contractors for Custodial & Related Services at Dulles International Airport (Dulles, VA) and Reagan National Airport (Arlington, VA). This is for informational purposes only and is not a request for proposals. Responses are due February 20, 2026.
Scope of Work
The anticipated contract will cover standard and above-standard custodial and related services. The contractor will be responsible for all management, supervision, parts, material, labor, supplies, tools, and equipment.
- Dulles International Airport (Dulles, VA): 49,564 square feet of cleanable area.
- Reagan National Airport Office Space, Hangar 3, and Hangar 6 (Arlington, VA): 27,114 square feet of cleanable area.
Contract & Timeline
- Type: Firm Fixed Price IDIQ (anticipated)
- Period of Performance: June 1, 2026 – May 31, 2031 (Base Year + Four Option Years)
- NAICS Code: 561720 – Janitorial Services
- Size Standard: $22 Million
- Potential Set-Aside: This market survey aims to determine if there are adequate Small Business contractors for a potential future set-aside.
- Response Due: February 20, 2026, at 2:00 PM (EST)
- Published: February 9, 2026
Anticipated Selection Procedures
The future contract is expected to be procured using FAR PART 15.3 source selection procedures, emphasizing best value. Non-price factors are anticipated to be considered more important than price, involving tradeoffs between price and technical merit.
Response Information
Interested Small Business contractors should submit responses via email to Paul Lindinger (Paul.Lindinger@gsa.gov) and Amanda Beck (Amanda.Beck@gsa.gov) by the deadline. Responses must include:
- Business name, address, and point of contact information
- Unique Entity ID for SAM.gov
- Business size and type (e.g., 8(a), HUBZone, Women-Owned, Service-Disabled Veteran-Owned, Veteran Owned)
Additional Notes
This is a market survey only; responses are not offers and cannot be accepted to form a binding contract. The Government will not reimburse for response expenses and is not obligated to provide feedback. No proprietary, classified, confidential, or sensitive information should be included. A determination to proceed with a set-aside is at the Contracting Officer's sole discretion.