Naval Station Norfolk Custodial Services
SOL #: N4008526R0065Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States
Place of Performance
Place of performance not available
NAICS
Janitorial Services (561720)
PSC
Custodial Janitorial Services (S201)
Set Aside
8(a) Set-Aside (FAR 19.8) (8A)
Original Source
Timeline
1
Posted
Jan 15, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 19, 2026, 6:00 PM
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 contract covers comprehensive recurring and non-recurring custodial services. Proposals are due March 19, 2026.
Scope of Work
The contractor will provide all labor, management, supervision, tools, materials, and equipment for custodial services. This includes:
- Recurring Work: Space cleaning (waste, low/high area, windows, entrances, glass, drinking fountains, lactation rooms), floor care (sweeping, mopping, vacuuming, stripping, buffing), restroom services (cleaning, disinfecting, supply servicing), and building perimeter services (debris removal, waste containers). Performance is based on detailed Service Level Standards and Service Classes.
- Non-Recurring Work: Specialized cleaning tasks such as carpet vacuuming, floor stripping/waxing, high dusting, trash removal, glass cleaning, mold cleaning, pressure washing, and emergency cleaning, ordered via DoD FedMall or task orders.
- Management & Administration: Extensive requirements for key personnel, safety (Accident Prevention Plan, Activity Hazard Analyses), security, environmental management (Spill Prevention, Control, and Countermeasure Plan, Hazardous Material Inventory Log), and detailed reporting (Monthly On-Site Labor Reports, Contractor Incident Report System).
Contract Details
- Contract Type: Firm-Fixed Price, IDIQ (Facilities Support)
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 561720 ($22,000,000.00 size standard)
- Term: Base Period plus five (5) Option Periods, not to exceed a total of sixty-six (66) months. The 5th option period is for six months.
- Pricing: Firm Fixed Price for all CLINs, with the recurring work portion of the base year as the minimum guarantee. Detailed Exhibit Line Item Numbers (ELINs) are provided for pricing.
- Government-Furnished Property: A tailor room in Building SPS 112 will be provided for office space and storage.
Submission & Evaluation
- Proposal Due Date: March 19, 2026, by 2:00 PM EST.
- Submission Method: Electronic copy via the PIEE Solicitation Module only. 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 required for all non-price factors.
- Inquiries: Must be submitted at least 10 days before the proposal due date.
Key Attachments
Crucial attachments include:
- J-0200000 Attachments: Definitions, wage determinations, directives, invoice forms, labor reports, GFP, spill plans, hazmat logs, ELINs, PIEE instructions, corporate experience, and past performance questionnaires.
- J-1503010 Attachments: Service Level Standards, Service Classes, and Mandated Service Classes for various facilities.
- Inventory Spreadsheets: Detailed inventory data (J-1503010-09 and revised J-1503010-09) for understanding the scope and scale of facilities.
People
Points of Contact
Sarah BRADSHAWPRIMARY
Files
Versions
Version 11
Solicitation
Posted: Mar 12, 2026
Version 10
Solicitation
Posted: Mar 3, 2026
Version 9
Solicitation
Posted: Feb 26, 2026
Version 8Viewing
Solicitation
Posted: Feb 24, 2026
Version 7
Solicitation
Posted: Feb 12, 2026
Version 6
Solicitation
Posted: Feb 5, 2026
Version 5
Solicitation
Posted: Jan 29, 2026
Version 4
Solicitation
Posted: Jan 29, 2026
Version 3
Solicitation
Posted: Jan 22, 2026
Version 2
Solicitation
Posted: Jan 22, 2026
Version 1
Solicitation
Posted: Jan 15, 2026