Naval Station Norfolk 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 / NAVFACSYSCOM MID-ATLANTIC is soliciting proposals for Custodial Services at Naval Station Norfolk, Virginia. This is a 100% 8(a) Set-Aside Competitive Procurement for a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contractor will provide all labor, management, supervision, tools, material, and equipment required for comprehensive custodial services. Proposals are due May 27, 2026, at 2:00 PM EST.
Scope of Work
The scope includes both recurring and non-recurring custodial services. Recurring work encompasses space cleaning (e.g., waste removal, low/high area cleaning, window cleaning, entrance cleaning, interior glass, drinking fountains, lactation rooms), floor care (sweeping, mopping, vacuuming, stripping, buffing, deep cleaning), restroom services (cleaning, disinfecting, supplies, group shower/locker rooms), and building perimeter services (debris removal). Non-recurring work involves specialized cleaning tasks such as carpet vacuuming, floor stripping/waxing, high dusting, trash removal, glass cleaning, mold cleaning, and pressure washing, which may be ordered via DoD Fed Mall or task order. Performance standards require facilities to be clean, sanitary, and sightly, consistent with specified Service Levels (Prestige/Standard) and Service Classes. Exclusions include repair work, waste disposal from collection sites, and biohazardous waste removal.
Contract Details
- Contract Type: Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) for Facilities Support.
- Term: Base period plus five (5) option periods, not to exceed a total of sixty-six (66) months.
- Set-Aside: 100% 8(a) Set-Aside Competitive Procurement.
- NAICS Code: 561720 with a small business size standard of $22,000,000.00.
- Pricing: Firm Fixed Price for all CLINs. The recurring work price portion of the base year serves as the minimum guarantee.
Submission & Evaluation
- Submission Method: Electronic copy via the PIEE Solicitation Module only.
- Proposal Due Date: May 27, 2026, at 2:00 PM EST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals will be screened for price, then evaluated on non-price factors including Technical Approach Management, Corporate Experience, Safety, and Past Performance. An "ACCEPTABLE" rating is required for all non-price factors. Prime contractors may use subcontractor experience.
- Key Deadlines: Inquiries must be submitted at least 10 days before the proposal due date.
Key Attachments & Amendments
Multiple amendments have been issued, most recently Amendment 0009, which extended the proposal due date. Other amendments have revised the Collective Bargaining Agreement (CBA), Government Furnished Property (GFP) details (e.g., a room in Building SPS 112 for office/storage, government responsibility for walk-off mats, cleaning products, and paper products), and Custodial Service Level Standards. Detailed Exhibit Line Item Numbers (ELINs) are provided for both recurring and non-recurring work, forming the basis for pricing proposals. Offerors must also provide financial institution information and a signed release for responsibility determination.