USACE Corpus Christi Resident Office Janitorial and Lawn 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 U.S. Army Corps of Engineers (USACE), Galveston District, is conducting a Sources Sought to identify industry capabilities for Janitorial and Lawn Maintenance services for its Corpus Christi Resident Office in Nueces County, Corpus Christi, Texas. This is for preliminary planning purposes only and is not a Request for Proposal (RFP). Responses are due March 13, 2026, at 2:00 PM (LOCAL TIME, Galveston, Texas).
Scope of Work
The anticipated contract will include both janitorial services and lawn maintenance. Janitorial services encompass floor cleaning, restroom cleaning, glass cleaning, miscellaneous cleaning, and trash removal. Lawn maintenance involves the care and maintenance of lawns, shrubs, and trees, including weed, plant, and tree removal. The contract is anticipated to include a base year plus four option years.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Solicitation Issuance: March 2026
- Estimated Proposal Due Date: April 2026
- Estimated Award Date: May 2026
- NAICS Codes: 561720 (Janitorial Services, Size Standard $22.0 Million) and 561730 (Landscaping Services, Size Standard $9.5 Million)
- PSC: S201 (Custodial Janitorial Services)
Eligibility / Set-Aside
This synopsis seeks to gauge interest and capabilities from various small business categories, including Small Business, Section 8(a), HUB-Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business (WOSB), to ensure adequate competition. Limitations on Subcontracting apply for small businesses.
Submission & Evaluation
Interested firms must respond no later than March 13, 2026, at 2:00 PM (LOCAL TIME, Galveston, Texas). Responses should include:
- Unique Entity Identifier (UEI) & CAGE code.
- Firm name, address, phone, fax, email, and point of contact.
- Indication of interest in specific set-aside categories.
- Information on Joint Ventures, Mentor Protégés, or teaming arrangements.
- Specialized experience and technical competence, demonstrating capability to perform comparable work within the past 5 years, including at least 3 project examples with customer name and dollar value. Firms failing to provide all requested information may be excluded from further consideration.
Additional Notes
All interested firms must be registered in SAM.gov to be eligible for award. Responses should be emailed to Christy L. Slater (Christy.L.Slater@usace.army.mil) and Joycelyn R. Rodgers (Joycelyn.R.Rodgers@usace.army.mil). The official synopsis will be issued on PIEE (https://piee.eb.mil/).