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 8(a) Set-Aside opportunity covers custodial services within a 100-mile radius of Washington, DC. Proposals are due Wednesday, May 6, 2026, at 10:00 am EST.
Scope of Work
The contractor will provide all labor, management, supervision, tools, materials, and equipment for recurring and non-recurring custodial services. Services include space cleaning, floor care, restroom services, and building perimeter services at various Naval Washington District (NDW) sites. These locations include Public Works Departments (PWD) in Washington (U.S. Naval Observatory, Carderock), South Potomac (Indian Head, Dahlgren), and Patuxent River. The contract emphasizes a Performance-Based Service Acquisition (PBSA) approach with measurable standards.
Contract Details
- Contract Type: Performance-based, Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: July 1, 2026, through June 30, 2031 (5 years).
- Set-Aside: 8(a) Set-Aside (FAR 19.8). Geographical restrictions for 8(a) firms have been removed.
- Product Service Code: S216 - Facilities Operations Support Services.
Evaluation Factors
Proposals will be evaluated based on:
- Factor 1: Technical and Management Approach (including Workforce Management, with an On-Site Supervisor requirement).
- Factor 2: Corporate Experience (including Size).
- Factor 3: Safety.
- Factor 4: Past Performance.
- Price. Award will be made to the lowest-priced, technically acceptable (LPTA) offer.
Key Amendments & Changes
This solicitation has been reopened following a GAO pre-award protest. Amendment 0007, posted April 28, 2026, significantly revised the performance period to July 1, 2026 - June 30, 2031, and extended the proposal due date to May 6, 2026. It also updated key personnel requirements (On-Site Supervisor replaces Environmental/Energy Manager) and corporate experience factors. Earlier amendments removed geographical restrictions for 8(a) firms and provided responses to RFIs, site visit details, and various attachments.
Submission Requirements
Offerors must submit proposals electronically via PIEE. Key attachments include:
- Exhibit A: Financial Questionnaire.
- Exhibit B: Corporate Experience.
- Exhibit C: Past Performance Questionnaire (PPQ-0).
- Exhibit D: Key Personnel (Project Manager).
- Exhibit E: Safety Data & Narrative (DART, EMR). Compliance with wage determinations and Collective Bargaining Agreements (CBAs) for various locations (USNO, Carderock, Indian Head, Dahlgren) is mandatory. Personnel accessing facilities will require security vetting (e.g., DBIDS, SECNAV 5512 form), and some facilities require Secret clearance for access, though contractors will not handle classified material.
Points of Contact
- Primary: Shonn Gilkes, shonn.m.gilkes.civ@us.navy.mil, 202-803-3361
- Secondary: James Waite, james.h.waite.civ@us.navy.mil