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)

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, specifically NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Custodial Services at Naval Station Norfolk, Virginia. This is a Solicitation for a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This opportunity is a 100% 8(a) Set-Aside Competitive Procurement. Proposals are due March 19, 2026, at 2:00 PM EST.

Scope of Work

The contract requires the provision of all labor, management, supervision, tools, materials, and equipment for comprehensive custodial services. The scope includes both scheduled recurring work and non-recurring work, which may be ordered via DoD Fed Mall or task order. Recurring services encompass:

  • Space Cleaning: Emptying waste containers, low/high area cleaning, lunch/break room cleaning, interior/exterior window cleaning, entrance cleaning, interior glass, drinking fountain, and lactation room servicing.
  • Floor Care: Sweeping, mopping, vacuuming, spray cleaning, buffing, stripping, coating, and deep cleaning of carpets/rugs.
  • Restroom Services: Cleaning, disinfecting, and servicing restrooms, including group shower/locker rooms.
  • Building Perimeter Services: Debris removal and emptying perimeter waste containers. Performance standards emphasize cleanliness, sanitation, and sightliness, consistent with specified Service Levels and Classes. Exclusions include facility repair work, disposal from collection points, and biohazardous waste removal (addressed separately).

Contract Details

This is a Facilities Support, Firm-Fixed Price IDIQ contract with a Base Period plus five (5) Option Periods, not to exceed a total of sixty-six (66) months. Pricing is Firm Fixed Price for all CLINs, with the recurring work price of the base year serving as the minimum guarantee. The NAICS code is 561720 with a small business size standard of $22,000,000.00. Wage Determinations (Service) and Collective Bargaining Agreement (CBA) wages are included. No bid guarantee or bonding is required. Contractors must be registered and capable of accepting non-recurring work orders through FEDMALL within 30 days of the base period start date. Government-furnished property, including office/storage space in Building SPS 112, will be provided.

Key Amendments & Revisions

Multiple amendments have been issued, primarily extending the proposal due date and revising key sections.

  • Amendment 0007 (latest): Confirmed the proposal due date extension to March 19, 2026, at 2:00 PM EST.
  • Amendment 0006: Extended the proposal due date to March 19, 2026, and added specific FAR clauses.
  • Amendment 0005: Revised Section C (Custodial Statement of Work), Section J (Collective Bargaining Agreement, Government Furnished Property, and Custodial Service Level Standards). This amendment updated service level standards, including frequencies for various tasks and notes on recycling and floor care.
  • Other amendments addressed pre-proposal inquiries, revised Section B (Set-Aside details), Section L (Site Visit information), and updated various attachments related to Management and Administration, Inventory, and Exhibit Line Item Numbers (ELINs).

Submission & Evaluation

Proposals are due March 19, 2026, at 2:00 PM EST. Submissions must be made electronically via the PIEE Solicitation Module only; physical or email submissions will not be accepted. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. Proposals will first 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. Inquiries must be submitted at least 10 days before the proposal due date.

Contact Information

For questions, contact Sarah BRADSHAW at sarah.m.bradshaw2.civ@us.navy.mil or 7573411662.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 11
Solicitation
Posted: Mar 12, 2026
View
Version 10
Solicitation
Posted: Mar 3, 2026
View
Version 9Viewing
Solicitation
Posted: Feb 26, 2026
Version 8
Solicitation
Posted: Feb 24, 2026
View
Version 7
Solicitation
Posted: Feb 12, 2026
View
Version 6
Solicitation
Posted: Feb 5, 2026
View
Version 5
Solicitation
Posted: Jan 29, 2026
View
Version 4
Solicitation
Posted: Jan 29, 2026
View
Version 3
Solicitation
Posted: Jan 22, 2026
View
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Solicitation
Posted: Jan 15, 2026
View
Naval Station Norfolk Custodial Services | GovScope