JANITORIAL SERVICES (KEY WEST)
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 Naval Research Laboratory (NRL) in Key West, Florida, is soliciting quotations for Janitorial Services for Buildings F-1 and F-15. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Quotes are due by March 09, 2026, at 07:00 AM (Local Time).
Scope of Work
The contractor will provide comprehensive janitorial and housekeeping services for Buildings F-1 (3,005 sq ft hard floor, 1,015 sq ft carpet) and F-15 (2,730 sq ft hard floor, 2,710 sq ft carpet). Services include:
- Bi-weekly tasks: Restroom cleaning, trash removal, supply replenishment, office/hallway cleaning, kitchen/break room cleaning.
- Weekly tasks: Floor sweeping/mopping, carpet vacuuming.
- Quarterly tasks: Dusting, window cleaning, floor polishing/waxing, carpet shampooing. The contractor must supply all necessary tools, equipment, materials, supplies, and supervision. A Quality Control Plan, including inspection checklists and corrective actions, is required. Contractor employees must obtain and maintain DBIDS access to Naval Air Station Key West, Trumbo Point Annex.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One base year (May 17, 2026 - May 16, 2027) with four one-year option periods, for a potential total of five years (up to May 16, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Janitorial Services) with a $22,000,000 size standard.
- PSC: S201 (Custodial Janitorial Services)
- Payment: Monthly in arrears via Wide Area WorkFlow (WAWF).
Evaluation and Submission
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be selected. Technical acceptability requires meeting all minimum requirements/specifications. Quoters must submit one copy of their technical and price quote with a signed/dated page 1 of the attached SF1449. Include your company DUNS Number and Cage Code. All quotations shall be sent via e-mail. Offerors must be actively registered in SAM.gov. A statement accepting the solicitation's terms and conditions (or listing exceptions) is required.
Important Dates & Contact
- Quotes Due: March 09, 2026, at 07:00 AM (Local Time)
- Government Point of Contact: Richard Key, richard.a.key2.civ@us.navy.mil, 202-875-9213.
- Questions: All questions must be submitted via email.
Amendment
Amendment N0017326Q52230001 adds FAR Clause 52.223-2, "Reporting of Biobased Products Under Service and Construction Contracts," to Section I - Contract Clauses. No changes to proposal deadlines or requirements.