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 for Custodial & Related Services at Dulles International Airport and Reagan National Airport. This notice aims to identify technically capable Small Business contractors for an anticipated Firm Fixed Price IDIQ contract. Responses are due February 20, 2026, at 2:00 PM (EST).
Scope of Work
The anticipated contract will cover standard and above-standard custodial and related services. The contractor will be responsible for providing all management, supervision, parts, material, labor, supplies, tools, and equipment.
- Dulles International Airport (Sterling, VA): 49,564 cleanable square feet.
- Reagan National Airport Office Space, Hangar 3, and Hangar 6 (Washington, D.C.): 27,114 cleanable square feet.
Contract & Timeline
- Type: Sources Sought (Anticipated Firm Fixed Price IDIQ contract)
- Period of Performance: Anticipated 06/01/2026 – 05/31/2031 (Base Year + Four Option Years)
- NAICS Code: 561210 – Facilities Support Services, with a size standard of $47 Million.
- Set-Aside: This is a market survey to determine adequate Small Business contractors.
- Response Due: February 20, 2026, at 2:00 PM (EST)
- Published: February 6, 2026
Evaluation
The anticipated contract will be procured using FAR PART 15.3 source selection procedures, selecting firms offering the best value based on price and technical merit. Non-price factors are considered more important than price, incorporating tradeoffs.
Response Information & Notes
This is a Sources Sought Notice for informational purposes only and is not a request for proposals. Responses will help the Government make acquisition decisions and determine potential Small Business set-asides. Respondents must submit business name, address, point of contact, Unique Entity ID, and business size/type via email to Paul.Lindinger@gsa.gov and Amanda.Beck@gsa.gov. No reimbursement for response costs will be provided, and proprietary or sensitive information should not be included.