Regional 8(a) Janitorial 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 / NAVFAC Washington is soliciting proposals for Regional 8(a) Janitorial Services under a Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) contract. This acquisition covers recurring and non-recurring custodial services across the Naval Washington District (NDW) within a 100-mile radius of Washington, DC. The procurement is a Competitive 8(a) Set-Aside.
Scope of Work
The contractor will provide all labor, management, supervision, tools, materials, and equipment for comprehensive custodial services. This includes space cleaning, floor care, restroom services, group shower/locker room cleaning, and building perimeter services. Services are required at various facilities within the NDW region, including PWD Washington, PWD South Potomac (Indian Head, MD, and Dahlgren, VA), and PW Patuxent River, MD. Detailed custodial inventories and maps for these locations are provided as attachments. Some locations, such as Dahlgren and Indian Head, require personnel to possess a Secret security clearance.
Contract Details
- Contract Type: Firm-Fixed-Priced (FFP), Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: One (1) base year, four (4) twelve (12) month option periods, and a six (6) month extension option, totaling up to 66 months.
- Estimated Value: Not explicitly stated, but Exhibit Line Item Numbers (ELINs) are defined for recurring and non-recurring work, with non-recurring work having a "Not to Exceed" (NTE) value of $1,000,000.00 per task order.
- Wage Requirements: Multiple Wage Determinations (e.g., 2015-4281 for DMV, 2015-4329 for Dahlgren, 2015-4279 for Patuxent) and Collective Bargaining Agreements (CBAs) (e.g., USNO, Indian Head, Carderock, Dahlgren) are provided, outlining mandatory wage rates and fringe benefits.
Submission & Evaluation
- Proposal Due Date: February 19, 2026, by 1:00 PM EDT.
- Submission Method: Electronically via PIEE.
- Evaluation Factors: Proposals will be evaluated on Technical and Management Approach, Corporate Experience (Exhibit B), Safety (Exhibit E), Past Performance, and Price.
- Award Basis: Lowest-Priced, Technically Acceptable (LPTA).
- Key Deadlines: Site visits are scheduled for February 10-12, 2026; Request for Information (RFI) cutoff is February 16, 2026.
- Required Attachments: Offerors must complete and submit Exhibit A (Financial Questionnaire), Exhibit D (Key Personnel), and Exhibit E (Safety Data & Narrative). Compliance with the Contractor Incident Report System (CIRS) and Hazardous Material Inventory Log is also required.
Eligibility & Set-Aside
This is a Competitive 8(a) Set-Aside, restricted to qualifying 8(a) firms located within the Washington Metropolitan Area District Office of the Small Business Administration. Offers from non-8(a) firms or those outside this geographic area will not be considered. Bidders must also comply with Defense Biometrics Identification System (DBIDS) procedures for installation access.