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 Naval Facilities Engineering Command (NAVFAC) Washington is soliciting proposals for Regional 8(a) Janitorial Services within the Naval Washington District (NDW), covering sites within a 100-mile radius of Washington, DC. This acquisition will result in a Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) contract. The procurement is a Competitive 8(a) Set-Aside. Proposals are due March 2, 2026.
Scope of Work
The contractor will provide all labor, management, supervision, tools, materials, and equipment for recurring and non-recurring custodial services. Services are required at various facilities including PWD Washington, PWD South Potomac (Indian Head, MD, and Dahlgren, VA), and PW Patuxent River, MD. Detailed custodial inventories for these locations are provided, outlining specific space types, square footages, and service classes.
Contract Details
- Type: FFP IDIQ
- Period of Performance: One base year, four 12-month option periods, and a six-month extension option, not to exceed 66 months total.
- Set-Aside: Competitive 8(a) Set-Aside, limited to qualifying 8(a) firms in the Washington Metropolitan Area District Office of the Small Business Administration (SBA).
- Estimated Value: Not explicitly stated, but non-recurring work has a "Not to Exceed" (NTE) value of $1,000,000.00 per task order.
Evaluation & Submission
- Evaluation Factors: Technical and Management Approach, Corporate Experience (Exhibit B), Safety (Exhibit E), Past Performance, and Price. Award will be made to the Lowest-Priced, Technically Acceptable (LPTA) offer.
- Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system.
Key Requirements & Attachments
- Wage Determinations & CBAs: Bidders must comply with various Service Contract Act Wage Determinations (e.g., for DC, MD, VA, King George County VA, St Mary's County MD) and Collective Bargaining Agreements (CBAs) for specific locations like Dahlgren, Indian Head, USNO Washington, and Carderock. These documents detail mandatory wage rates and fringe benefits.
- Security: DD Form 254s specify a "Secret" facility clearance requirement. Designated contractor personnel must possess a favorably adjudicated investigation and a final DoD granted "SECRET" personnel security clearance. Contractors will NOT handle classified material directly but will work in buildings that process classified information. Foreign nationals are not authorized for work at Dahlgren. The Defense Biometrics Identification System (DBIDS) Standard Operating Procedures outline access control requirements.
- Financial: A Financial Questionnaire (Exhibit A) must be completed by the prospective contractor's financial institution.
- Safety: Offerors must provide Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate and Experience Modification Rate (EMR) data for the past five years (Exhibit E).
- Key Personnel: Project Manager information is required for evaluation (Exhibit D).
- Hazardous Materials: Contractors must track and report hazardous materials using the Contractor Hazardous Material Inventory Log.
Important Dates
- Proposal Due Date: March 2, 2026, by 1:00 PM EDT.
- RFI Cutoff Date: February 23, 2026, by 1:00 PM EDT.
- Site Visit: A site visit was held February 17-19, 2026. RSVP and access forms were due February 12, 2026. No questions were answered during the visit; all questions were to be submitted in writing by the RFI cutoff.
Contact
Primary contact is Shonn Gilkes (shonn.m.gilkes.civ@us.navy.mil, 202-803-3361).