NMUSAF Custodial Contract
ID: FA860126R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for custodial services at the National Museum of the United States Air Force (NMUSAF) at Wright-Patterson Air Force Base, effective November 17, 2025. The contractor must provide all management, tools, equipment, and labor to maintain a clean, neat, and professional appearance across various facilities. Services include facility cleaning (non-carpeted and carpeted floors, stairways, elevators, trash removal, lactation rooms), restroom and locker room cleaning (disinfecting, floor care, stocking supplies, trash removal), and special cleaning for public areas (glass, dusting, strollers, wheelchairs, display cleaning, daytime upkeep, aircraft, and display walls). Periodic services cover snow/ice removal, emergency cleanups, special events, interior/exterior window cleaning, atrium windows, and grounds/picnic area cleaning. The government will provide office space, janitorial closets, some supplies (toilet paper, paper towels, hand soap, salt/ice melt, centralized trash liners), utilities, telephone service, security, fire, and medical services, solid waste collection, and mail service. The contractor is responsible for their own equipment, vehicles, specific restroom supplies, and adherence to various general information clauses including base hours, holidays, safety, hazardous material handling, personnel, key control, schedules, contract modifications, and reporting requirements.
    This government file outlines a request for non-personal custodial services for The National Museum of The Air Force, Wright-Patterson AFB, as detailed in a Performance Work Statement dated June 12, 2025. The contract spans a base year from April 1, 2026, to March 31, 2027, followed by four option years and a six-month extension, concluding on September 30, 2031. Services include daily cleaning of facilities, restrooms, and lactation rooms for both Area B and the Museum Campus, picnic and grounds upkeep, snow/ice removal, quarterly window cleaning, and annual atrium window cleaning. The document provides estimated quantities, units of issue, and square footage for each service, though no pricing information is included.
    This document outlines floor plans and service requirements for various buildings within the National Museum of the Air Force, current as of January 8, 2025. It details cleaning schedules, emergency exits, and snow removal (SR) areas, including specific square footages for each. For instance, Building 20001 requires daily service and once-a-month restroom service. Building 20004 specifies Level 1 and Level 2 cleaning with 2 emergency exits and 80 SF of snow removal. Building 20005 details first-floor and mezzanine cleaning, 3 emergency exits, and 630 SF for snow removal. Buildings 20009 and 20485 specify once-a-month restroom service. Buildings 20487, 20489, 20494, 20495, and 20497, primarily hangars and a missile silo, provide details on emergency exits and extensive snow removal requirements. The total summary across all buildings includes 1,423.57 SF for restrooms, 206,801.92 SF of total floor area, and 2,032.5 SF for total snow removal. The document serves as a comprehensive guide for facility management, likely for federal government RFPs related to maintenance and cleaning services.
    This government file, Attachment 5 FA8601-26-R-0001, provides additional instructions for offerors responding to a solicitation. It details modifications to FAR 52.212-1, emphasizing clear, concise offers without embellishments, and extends the offer validity period to 90 days. The document outlines specific contact information for inquiries and procedures for addressing discrepancies. Offerors must submit proposals in two volumes—Technical and Price & Offer Documentation—with strict page limits and formatting requirements. Pricing information must be exclusive to Volume II. The file also details evaluation factors, content requirements for both technical and price proposals, and mandates the submission of financial statements and other financial data for a comprehensive review of the contractor's financial capability. It also notes that funds are not presently available, and the government reserves the right to cancel the solicitation.
    This government solicitation outlines the evaluation factors for awarding contracts under FAR Part 13 Simplified Acquisition Procedures, focusing on Technical Capability and Price. Technical proposals are rated 'Acceptable' or 'Unacceptable,' with an unacceptable rating making a proposal unawardable regardless of price. Key technical subfactors include Quality Control Plan, Key Control, Scheduling/Staffing Methodologies, Equipment and Supplies, and Prior Experience. Price proposals are evaluated for completeness, unbalanced pricing, fairness, reasonableness, and Total Evaluated Price (TEP). The government reserves the right to engage in discussions to resolve deficiencies, but an 'Unacceptable' technical rating can lead to immediate rejection without further consideration.
    This combined synopsis/solicitation, FA8601-26-R-0001, is for custodial services at the National Museum of the United States Air Force (NMUSAF). It is a 100% Small Business Set-aside with NAICS code 561720 and a $22 Million size standard. Proposals are due by 4:00 PM Eastern on January 23, 2026, and must be submitted electronically to alyssa.williams.10@us.af.mil and ladaia.lumpkin@us.af.mil with the subject line "Synopsitation FA8601-26-R-0001." The award will be made to the responsible offeror with an "Acceptable" technical capability rating and the lowest, fair, and reasonable total evaluated price. Services include daily facility cleaning, picnic and grounds upkeep, snow/ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, and four one-year options, plus a six-month option. All payments will be processed through the Wide Area WorkFlow (WAWF) system.
    Lifecycle
    Title
    Type
    NMUSAF Custodial Contract
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.