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, through 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. 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 for comprehensive custodial services. This includes both recurring work (e.g., space cleaning, floor care, restroom services, building perimeter, interior/exterior window cleaning) and non-recurring work (e.g., specialized cleaning tasks like carpet shampooing, floor stripping/waxing, high dusting, mold cleaning, pressure washing). Services must adhere to specified Service Levels and Service Classes, ensuring clean and sightly working environments as detailed in PWS Annexes 1, 2, and 15.
Contract Details
- Contract Type: Facilities Support, Firm-Fixed Price, IDIQ
- Duration: A base period plus five (5) option periods, not to exceed a total of sixty-six (66) months. The 5th option period is specifically for 6 months.
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 561720 (Custodial Janitorial Services) 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.
Key Requirements & Deliverables
Bidders must address detailed management and administration requirements, including Quality Management Systems, safety compliance (EM 385-1-1, OSHA), environmental management, and security protocols (DBIDS). Key personnel requirements are specified. Numerous deliverables are required, such as Monthly On-Site Labor Reports, Accident Prevention Plans, Hazardous Material Inventory Logs, and various work schedules. Detailed Exhibit Line Item Numbers (ELINs) and inventory data are provided for accurate proposal pricing.
Submission & Evaluation
- Proposal Due Date: February 17, 2026, by 2:00 PM local time.
- Submission Method: Electronic submission exclusively via the PIEE Solicitation Module. Physical or email submissions will not be accepted.
- 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 mandatory for all non-price factors to be eligible for award.
Amendments & Important Notes
- Amendment 0002 (posted 2026-01-22) updated Section J attachments (Wage Determination/CBA, Site Visit Base Access Sheet), revised Section L.6 (Site Visit details), and incorporated pre-proposal inquiries and responses. It confirmed the proposal due date.
- Amendment 0001 (posted 2026-01-22) incorporated revisions to Sections C and J, including updated ELINs and inventory.
- Contractor must be registered and capable of accepting non-recurring work orders through FEDMALL within 30 days of the base period start date.
- The contractor's technical proposal will be incorporated into the contract upon award.
Contact Information
- Primary: Sarah BRADSHAW (sarah.m.bradshaw2.civ@us.navy.mil, 7573411662)
- Secondary: Asia BRACEY (asia.c.bracey.civ@us.navy.mil, 7573411226)