Provide Housekeeping Janitorial Services for Fort
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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for Housekeeping Janitorial Services at the Fort Sumter Visitor Education Center at Liberty Square in Charleston, South Carolina. This is a Women-Owned Small Business (WOSB) Program Set-Aside. The services are required to maintain a safe, sanitary, and aesthetically pleasing environment for visitors and employees. Proposals are due by April 30, 2026, at 1:00 PM EDT.
Scope of Work
The contractor will provide comprehensive janitorial services for approximately 6,800 square feet of interior space and surrounding grounds. Key tasks include trash removal, restroom cleaning and stocking, floor maintenance (tile and carpet), window and exhibit cleaning, HVAC grill cleaning, and general upkeep. Services must be provided seven (7) days a week, including holidays (excluding Thanksgiving, Christmas, and New Year's Day), from 8:30 a.m. to 5:30 p.m. The use of "green," environmentally friendly, and recycled cleaning products is mandatory, and the contractor must supply all necessary materials and equipment.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: Anticipated to be August 1, 2026, through July 31, 2027, with two (2) one-year option periods.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- NAICS Code: 561720 (Janitorial Services) with a $22,000,000.00 size standard.
- Proposal Due: April 30, 2026, at 1:00 PM EDT.
- Questions Due: April 17, 2026, at 4:00 PM EDT.
- Mandatory Site Visit: April 15, 2026, at 9:00 AM EST. RSVP by April 14, 2026, at 3:00 PM EST.
Evaluation
Award will be based on a Best Value - Lowest Price Technically Acceptable (LPTA) source selection. Evaluation factors include Price, Technical Capability and Approach, and Past Performance. Technical Capability and Past Performance, when combined, are approximately equal to cost or price. Offerors must be registered in SAM.gov and have current Representations and Certifications.
Key Attachments & Actions
- Solicitation (140P5126R0005.pdf): Provides full details, terms, and conditions.
- Performance Work Statement (PWS) (A05_Attachment_0001_PWS_440042148_FOSU_JS.pdf): Outlines detailed service requirements and performance standards.
- Price Schedule (B08_Attachment_0004_Price_Schedule_140P5126R0005_FOSU_JS.xlsx): Mandatory template for pricing proposals.
- Past Performance Questionnaire (B08_Attachment_0008_Past_Performance_Questionnaire_140P5126R0005.pdf): Required for demonstrating relevant experience.
- Quality Assurance Surveillance Plan (QASP) (B08_Attachment_0006_QASP_140P5126R0005_FOSU_JS.pdf): Details how performance will be monitored.
- Site Visit Information (B08_Attachment_0006_Site_Visit_Information_140P5126Q0007.pdf): Provides details for the mandatory site visit. Attendance is vital.
- Proposals must be submitted electronically in three volumes: Technical Capability and Approach, Past Performance, and Price.