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 Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for comprehensive recurring and non-recurring custodial tasks. This opportunity is a 100% 8(a) Set-Aside Competitive Procurement. Proposals are due February 17, 2026, by 2:00 PM local time.
Scope of Work
The contractor shall provide all labor, management, supervision, tools, material, and equipment to perform custodial services. This includes scheduled tasks such as space cleaning, floor care, restroom services, building perimeter maintenance, and interior/exterior window cleaning. Non-recurring work may be ordered via DoD FedMall or task orders. Performance standards emphasize clean and sightly working environments, consistent with specified Service Levels and Classes detailed in the Performance Work Statement (PWS) Annexes.
Contract & Timeline
- Contract Type: Firm-Fixed Price IDIQ, Facilities Support
- Duration: 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 561720, $22M size standard).
- Proposal Due: February 17, 2026, by 2:00 PM local time.
- Published: January 22, 2026.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. 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 to be eligible for award.
Amendments & Key Documents
Amendment 0002 (latest) updated Section J attachments (Wage Determination/CBA, Site Visit Base Access Sheet), revised Section L.6 for site visit details, and incorporated pre-proposal inquiries and responses. Amendment 0001 previously revised Sections C and J, and specific attachments. Bidders must review the detailed Exhibit Line Item Numbers (ELINs) (J-0200000-09) for pricing structure and the Custodial Inventory (J-1503010-09) for scope. Management and Administration documents (C-0200000, J-0200000) outline requirements for safety, security, environmental management, and key personnel.
Additional Notes
Wage Determinations are included. No bid guarantee or bonding is required. The Government Purchase Card (GPC) may be used for non-recurring quantity work. The contractor must be registered and able to accept non-recurring work orders through FEDMALL within 30 days of the base period start date. Proposals must be submitted electronically via the PIEE Solicitation Module only.