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 Department of the Navy / Naval Research Laboratory (NRL) in Key West, Florida, is soliciting quotations for Janitorial Services for Buildings F1 and F15. This is a Total Small Business Set-Aside on a Firm-Fixed-Price (FFP) basis. Proposals are due by April 10, 2026, at 12:00 PM Eastern Time.
Scope of Work
The requirement is for comprehensive janitorial/housekeeping services for Building F1 (4,020 sq. ft. total: 3,005 sq. ft. epoxy coated, 1,015 sq. ft. carpet, 1 restroom) and Building F15 (5,440 sq. ft. total: 2,730 sq. ft. epoxy coated, 2,710 sq. ft. carpet, 2 restrooms). The F15 biology area has linoleum floors included in the epoxy coated square footage. 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), and quarterly tasks (minimal high dusting, window cleaning, floor polishing/waxing, carpet shampooing). The scope also covers 2 break rooms (1 in F1, 1 in F15), 5 offices, and 1 conference room. The contractor must supply all equipment, supplies, materials, and supervision. Previous service was provided on Tuesdays and Fridays between 0730-1530. 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 additional one-year option periods, for a total potential duration of five years (up to May 16, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 13.003(b)(1))
- NAICS Code: 561720 (Janitorial Services)
- Small Business Size Standard: $22,000,000
- Product Service Code (PSC): S201 (Custodial Janitorial Services)
- Federal Acquisition Circular: FAC 2026-01, effective March 17, 2026.
Submission & Evaluation
Quoters shall submit one copy of their technical and price quote with a signed/dated page 1 of the attached SF1449. All quotations must include the company DUNS Number and Cage Code and be sent via email. Award will be made to the responsible offeror whose offer is most advantageous to the Government, with evaluation based on Lowest Price Technically Acceptable (LPTA). Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government may award without discussions or negotiations. Offerors must be actively registered in SAM.gov.
Key Dates
- Questions Due: April 1, 2026, at 12:00 PM Eastern Time
- Proposal Due: April 10, 2026, at 12:00 PM Eastern Time
- Published Date: April 7, 2026
Contact Information
- Purchasing Agent: Richard Key
- Email: richard.a.key2.civ@us.navy.mil
- Phone: 202-875-9213