NMUSAF Custodial Contract
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 Air Force is soliciting proposals for Custodial Services at the National Museum of the United States Air Force (NMUSAF) at Wright-Patterson Air Force Base, OH. This is a 100% Small Business Set-aside opportunity. The contract is a follow-on requirement for maintaining a clean and professional appearance across the museum facilities. Proposals are due by 4:00 PM Eastern, February 2, 2026.
Scope of Work
The contractor will provide all management, tools, equipment, and labor for comprehensive custodial services. This includes:
- Facility Cleaning: Non-carpeted and carpeted floors, stairways, elevators, trash collection, and lactation rooms.
- Restroom/Locker Room Cleaning: Cleaning, disinfecting, floor care, and stocking supplies.
- Special Cleaning (Public Areas): Glass, plexiglass, mirrors, dusting, strollers/wheelchairs, spot cleaning, display cleaning, daytime upkeep, aircraft/wheeled vehicle dusting, and display walls/partitions.
- Periodic Services: Snow/ice removal, emergency cleanups, special events cleaning, interior/exterior window cleaning, atrium window service, grounds, and picnic area cleaning. The Performance Work Statement (PWS) dated January 14, 2026, details cleaning frequencies and performance standards.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FA8601-26-R-0001)
- NAICS Code: 561720 ($22 Million Size Standard)
- Set-Aside: 100% Small Business Set-aside
- Period of Performance: Base year (April 1, 2026 - March 31, 2027), four option years, and a 6-month extension.
- Contract Type: Implied Firm Fixed-Price.
Submission Requirements
Proposals must be submitted electronically via email to alyssa.williams.10@us.af.mil and ladaia.lumpkin@us.af.mil by 4:00 PM Eastern, February 2, 2026. The email subject line must be "Synopsitation FA8601-26-R-0001". The entire proposal, including attachments, must not exceed 15 MB in a single email (multiple emails are permitted if total size exceeds 15MB, but all must be received by the deadline). Only .pdf, .doc, .docx, .xls, or .xlsx file types are allowed; compressed files (.zip, .exe) are prohibited. Offerors must submit two volumes: Technical Capability (50 pages max) and Price & Offer Documentation (75 pages max). Extensive financial documentation is required for capability assessment.
Evaluation Criteria
Award will be made to the responsible offeror with an "Acceptable" rating on the Technical Capability evaluation factor and the lowest total evaluated price (TEP), provided the TEP is balanced, fair, and reasonable. Technical Capability includes subfactors such as Quality Control Plan, Key Control, Scheduling/Staffing, Equipment/Supplies, and Prior Experience (at least 3 contracts in 5 years, one comparable in square footage). The TEP will include the base period, all option periods, and a 6-month extension. The Government reserves the right to award without discussions.
Key Amendments & Clarifications
This solicitation has undergone multiple amendments. The latest, Amendment 0004, extended the proposal due date to February 2, 2026, and updated Attachment 2 (Bid Schedule) and the Final RFI Responses to January 28, 2026. Clarifications confirm this is a follow-on contract (previous FA860121C0005) with no expected changes to the scope of work. Financial capability assessment requires specific documentation, not just a signed statement.