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, 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 comprehensive custodial services for Naval Washington District (NDW) sites within a 100-mile radius of Washington, DC. Proposals are due Monday, March 16, 2026, at 10:00 AM.
Scope of Work
The contract requires recurring and non-recurring custodial services, including space cleaning, floor care, restroom services, and building perimeter maintenance. Services will be performed at various Public Works Departments (PWDs) including Washington (U.S. Naval Observatory, Carderock), South Potomac (Indian Head, Dahlgren), and Patuxent River. The contractor must provide all necessary labor, management, supervision, tools, materials, and equipment. Snow removal is not included.
Contract Details
- Contract Type: Performance-Based, Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (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: This is a Competitive 8(a) Set-Aside. Notably, previous geographical restrictions for 8(a) firms have been removed.
- Security Requirements: Performance will be in facilities requiring Secret clearance. Designated contractor personnel must possess a final DoD granted "SECRET" personnel security clearance. Contractors will not be required to receive, generate, or have custody of classified material at their own facilities. Foreign nationals are not authorized to work on this contract.
- Wage Requirements: Subject to the Service Contract Act (SCA). Bidders must adhere to specific Wage Determinations and Collective Bargaining Agreements (CBAs) for locations such as Indian Head, Dahlgren, Carderock, and the U.S. Naval Observatory.
Submission & Evaluation
Proposals must be submitted electronically via PIEE. Award will be made to the Lowest-Priced, Technically Acceptable (LPTA) offer. Evaluation factors include Technical and Management Approach, Corporate Experience, Safety, Past Performance, and Price. Required forms include Exhibit A (Financial Questionnaire), Exhibit B (Corporate Experience), Exhibit C (Past Performance Questionnaire), Exhibit D (Key Personnel), and Exhibit E (Safety Data & Narrative).
Key Dates & Contacts
- Proposal Due Date: Monday, March 16, 2026, at 10:00 AM.
- Primary Contact: Shonn Gilkes (shonn.m.gilkes.civ@us.navy.mil, 202-803-3361).
- Secondary Contact: James Waite (james.h.waite.civ@us.navy.mil).