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 Department of the Navy, specifically NAVSUP FLC Norfolk, is conducting a Sources Sought for Custodial Services for its Headquarters Building (W143) in Norfolk, VA. This is a market research effort to identify qualified contractors capable of providing comprehensive cleaning, maintenance, and supervision. This is not a solicitation for quotes, and no contract will be awarded from this announcement. Responses will inform future procurement planning.
Scope of Work
The required services encompass a full range of custodial tasks for approximately 155,000 square feet (128,000 sq. ft. office, 27,000 sq. ft. training), including 25 restrooms, 2 locker rooms, and 2 kitchen break areas. Tasks range from daily cleaning and sanitization of restrooms, kitchens, and office areas to weekly vacuuming and high-dusting, monthly floor care and entryway detailing, semi-annual window washing and floor buffing, and annual stripping/waxing of floors and carpet shampooing. Services are to be performed Monday-Friday, 7:00 AM - 4:00 PM. Personnel must be U.S. citizens and pass background checks.
Contract & Timeline
- Opportunity Type: Sources Sought (for planning purposes)
- Period of Performance: Anticipated one-year base period (April 1, 2026 - March 31, 2027) with four one-year options, plus a potential six-month option, extending through March 31, 2032.
- Set-Aside: None specified
- Response Due: February 6, 2026, by 4:00 PM EST
- Published: January 23, 2026
Response Requirements
Interested parties should submit the following information (not exceeding five standard typewritten pages, excluding standard brochures):
- Company name, address, Point of Contact (POC), phone, fax, and email.
- Contractor and Government Entity (CAGE) Code.
- Size of business.
- Applicable GSA or SeaPort-NxG contract vehicle number, if services can be solicited through one.
- Relevant past performance on similar work within the last five years and company capacity.
- Documentation of full capabilities demonstrating expertise and experience as specified in the draft Performance Work Statement (PWS).
- Indication of whether the company can serve as a prime contractor or subcontractor.
- Any comments, questions, or concerns regarding the attached draft PWS.
Submission & Contacts
Responses must be emailed to LT Joseph S. Burgo (joseph.s.burgo.mil@us.navy.mil) and Mark A. Carter (mark.a.carter3.civ@us.navy.mil). Proprietary information should be clearly marked. This is for market research only; respondents will not be notified of results, and information may change prior to any official solicitation.