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 9, 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 within the Naval Washington District (NDW), covering sites within a 100-mile radius of Washington, DC. This acquisition will result in a performance-based, Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) contract. The procurement is a Competitive 8(a) Set-Aside. Proposals are due Monday, March 9, 2026, at 2:00 PM.

Scope of Work

The contractor will provide all labor, management, supervision, tools, materials, and equipment for recurring and non-recurring custodial services. This includes space cleaning, floor care, restroom services, group shower/locker room cleaning, and building perimeter services across various facilities in PWD Washington, PWD South Potomac (Indian Head, MD, and Dahlgren, VA), and PW Patuxent River, MD. Detailed custodial inventories for numerous buildings, specifying space types, square footage, floor types, and security requirements, are provided in attachments.

Contract Details & Timeline

  • 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: Competitive 8(a) Set-Aside, limited to qualifying 8(a) firms in the Washington Metropolitan Area District Office of the SBA.
  • Proposal Due Date: Monday, March 9, 2026, 2:00 PM (as per Amendment 0004).
  • RFI Cutoff Date: Monday, February 23, 2026.
  • Site Visit: A site visit was conducted February 17-19, 2026, covering locations including Washington Navy Yard, Indian Head, Dahlgren, and Patuxent River. RSVP was required by February 12, 2026.

Eligibility & Evaluation

Award will be made to the Lowest-Priced, Technically Acceptable (LPTA) offeror. Proposals will be evaluated based on Technical and Management Approach, Corporate Experience, Safety, Past Performance, and Price. Offerors must submit a Financial Questionnaire (Exhibit A), provide Key Personnel project information (Exhibit D), and safety data including DART and EMR rates for the past five years (Exhibit E).

Key Requirements & Attachments

  • Security: Designated contractor personnel must possess a final DoD granted "SECRET" personnel security clearance. While work is performed in facilities requiring secret clearance, contractors will NOT be required to receive, generate, or have custody of classified material at their own facility. Foreign nationals are not authorized.
  • Access: Personnel requiring access to CNIC installations must comply with Defense Biometrics Identification System (DBIDS) procedures, including enrollment, vetting, and credentialing.
  • Labor: Bidders must adhere to applicable Wage Determinations (e.g., WD 2015-4281, 2015-4329, 2015-4279) and Collective Bargaining Agreements (CBAs) for specific locations (USNO, Indian Head, Carderock, Dahlgren), which outline minimum wage rates, fringe benefits, and working conditions.
  • Reporting: Contractors are required to use the Contractor Incident Report System (CIRS) for accident/incident investigations and submit a Hazardous Material Inventory Log.
  • Pricing: Exhibit Line Item Numbers (ELINs) detail recurring and non-recurring work. Non-recurring work has a "Not to Exceed" value of $1,000,000.00, to be negotiated per task order.

Contact Information

Primary Point of Contact: Shonn Gilkes (shonn.m.gilkes.civ@us.navy.mil, 202-803-3361). Secondary Point of Contact: James Waite (james.h.waite.civ@us.navy.mil).

People

Points of Contact

Files

Files

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