FA4626-26-LCC CLEANING 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 Air Force, 341 CONS LGC, is conducting a Sources Sought to identify qualified small businesses for Janitorial Services at 15 Launch Control Center (LCC) locations at Malmstrom AFB, MT. This market research aims to determine the best acquisition strategy, including potential small business set-asides. Responses are due May 15, 2026.
Scope of Work
The requirement is for comprehensive janitorial services to maintain a clean, sanitary, and safe environment. Key tasks include:
- Routine custodial operations
- Restroom sanitation
- Floor care
- Compliance with security and performance assessments
Vendors must provide all necessary personnel, equipment, supplies, transportation, tools, materials, and supervision to perform these custodial tasks as defined in a Performance Work Statement (PWS).
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- NAICS: 561720, Janitorial Services, with a $22.0M small business size standard.
- Set-Aside: The government is interested in all small business categories, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small businesses, to determine if a total Small Business Set-aside is feasible.
- Response Due: May 15, 2026, by 2:00 PM Mountain Daylight Time.
- Published: May 15, 2026.
Submission Requirements
Interested parties should submit a summary outline of their qualifications. Responses must:
- Identify the firm's small business status relative to NAICS 561720.
- Detail any anticipated teaming arrangements, delineating work between prime and partners.
- Describe similar services provided to government and commercial customers over the past three years.
- Note: References to vendor web pages will not be accepted.
Additional Notes
This notice is for planning purposes only, and no contract award will result directly from this Sources Sought. If procurement proceeds, a separate pre-solicitation synopsis will be posted. Questions can be directed to SSgt William Perry at william.perry.27@us.af.mil or (406) 731-3766.