Regional 8(a) Janitorial Services

SOL #: N40080-25-R-2233Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM WASHINGTON
WASHINGTON NAVY YARD, DC, 20374-5018, United States

Place of Performance

Washington Navy Yard, DC

NAICS

Janitorial Services (561720)

PSC

Facilities Operations Support Services (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 2, 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 Washington, is soliciting proposals for Regional 8(a) Janitorial Services under a performance-based, Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) contract. This opportunity covers recurring and non-recurring custodial services within the Naval Washington District (NDW), encompassing sites within a 100-mile radius of Washington, DC. Proposals are due by March 2, 2026.

Scope of Work

The selected contractor will provide all necessary labor, management, supervision, tools, materials, equipment, facilities, transportation, and incidental engineering to deliver comprehensive custodial services. Services will be performed at various facilities, including PWD Washington, PWD South Potomac (Indian Head, MD, and Dahlgren, VA), and PW Patuxent River, MD. Specific tasks include space cleaning, floor care, restroom services, group shower/locker room cleaning, and building perimeter services, as detailed in the Performance Work Statement (PWS) and numerous custodial inventory attachments.

Contract Details

  • Contract Type: Firm-Fixed Price (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, not to exceed 66 months total.
  • Set-Aside: This is a Competitive 8(a) Set-Aside, limited to qualifying 8(a) firms in the Washington Metropolitan Area District Office of the Small Business Administration. Offers from other than 8(a) firms will not be considered.
  • Estimated Value: Not explicitly stated, but Exhibit Line Item Numbers (ELINs) are provided for recurring and non-recurring work, with non-recurring tasks subject to negotiation up to a Not to Exceed (NTE) value of $1,000,000.00 per task order.

Key Requirements & Deliverables

  • Labor Compliance: Bidders must adhere to applicable Wage Determinations (e.g., for DMV, Dahlgren, Patuxent) and Collective Bargaining Agreements (e.g., for Dahlgren, Indian Head, USNO, Carderock) for employee wages and fringe benefits.
  • Security: Performance at Naval Support Facility Dahlgren and Indian Head requires a "Secret" facility clearance and "SECRET" personnel security clearances for designated contractor personnel. Contractors will not handle classified material directly. Personnel access to installations requires compliance with the Defense Biometrics Identification System (DBIDS) Standard Operating Procedures.
  • Reporting: Contractors must utilize the Contractor Incident Report System (CIRS) for accident/incident investigations and track hazardous materials using the Hazardous Material Inventory Log.
  • Financial Information: A Financial Questionnaire (Exhibit A) must be completed by the prospective contractor's financial institution and submitted via secure email.

Submission & Evaluation

Proposals must be submitted electronically via PIEE. Evaluation will be based on:

  • Technical and Management Approach
  • Corporate Experience (Exhibit B required)
  • Safety (Exhibit E required, including 5 years of DART and EMR data)
  • Past Performance
  • Price Award will be made to the Lowest-Priced, Technically Acceptable (LPTA) offer.

Important Dates

  • Site Visit Dates: February 17, 18, and 19, 2026. RSVP by Thursday, February 12, 2026.
  • RFI Cutoff Date: Monday, February 23, 2026.
  • Proposal Due Date: Tuesday, March 2, 2026, by 1:00 PM EDT.

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
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View