Custodial Services in New Kensington, PA
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 US Army Contracting Command - New Jersey, on behalf of the U.S. Army, 99th Readiness Division, is conducting market research through this Sources Sought notice for Custodial Services in New Kensington, PA. The purpose is to identify interested and capable parties for a potential competitive procurement. This requirement is for NAICS code 561720 (Janitorial Services) with a small business size standard of $22M. Responses are due by 10:00 AM EST, March 20, 2026.
Scope of Work
The contractor will provide comprehensive custodial services to maintain a clean and attractive workplace at the New Kensington Memorial United States Army Reserve Center (BMA 105-1), 2450 Leechburg Rd, New Kensington, PA 15068-4620. Services include cleaning halls, restrooms, offices, work areas, entrance ways, lobbies, storage areas, drill/assembly halls, auditoriums, and stairways. The attached draft Performance Work Statement (PWS) and Custodial Floor Plan provide detailed requirements, including specific areas, fixture counts, and service frequencies (Weekly, Monthly, Annual tasks).
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed Price
- Anticipated Duration: 1 base year (12 months) with 4 option periods of 12 months each.
- Set-Aside: All Small Business Set-Aside categories will be considered. The requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition based on market research.
- Response Due: March 20, 2026, 10:00 AM EST
- Published: March 13, 2026
Evaluation
Responses will inform the Government's decision on potential set-asides and overall market capacity to provide services under a performance-based service acquisition contract. This is for informational purposes only and does not constitute a solicitation or commitment to award a contract.
Additional Notes
- Required Capabilities Statement: Interested parties must submit a capabilities statement (max 10 pages) addressing past work, task management, subcontractor management, technical skills, ability to perform 50% of work (for small businesses), business size/status, CAGE, DUNS, SAM Unique Identity, and specific small business designations (Small, Small Disadvantaged, Women-Owned, HUBZone, Service-Disabled Veteran-Owned).
- Special Requirements: Services are subject to the Service Contract Act. A site visit is highly encouraged. Contractor personnel must be capable, English-speaking, and adhere to security regulations, including AT Level I awareness and OPSEC training. An onsite contractor representative with decision-making authority is required during duty hours (8:00 AM - 4:30 PM, M-F).
- Submission: Email capabilities statements to Tyler Behr, Contract Specialist, at tyler.e.behr2.civ@army.mil in Microsoft Word or PDF format. No phone calls will be accepted.