ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

NMUSAF Custodial Contract

DEPT OF DEFENSE FA860126R0001
Response Deadline
Feb 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting 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 encompasses a range of services including daily facility cleaning, restroom maintenance, snow and ice removal, and grounds upkeep, with a base period from April 1, 2026, to March 31, 2027, followed by four optional years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and operational readiness of the museum, which serves as a significant historical and educational resource. Interested small businesses must submit their proposals 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."

Classification Codes

NAICS Code
561720
Janitorial Services
PSC Code
S201
HOUSEKEEPING- CUSTODIAL JANITORIAL

Solicitation Documents

20 Files
Attachment 4 - Wage Determination.pdf
PDF336 KBJan 28, 2026
AI Summary
No AI summary available for this file.
Attachment 5 - Instructions to Offerors .pdf
PDF223 KBJan 28, 2026
AI Summary
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.
Attachment 3 - Combined Drawings 10 January 2025.pdf
PDF2390 KBJan 9, 2026
AI Summary
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.
Attachment 2 - Bid Schedule .xlsx
Excel40 KBJan 9, 2026
AI Summary
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.
Attachment 1 - Performance Work Statement .pdf
PDF572 KBJan 9, 2026
AI Summary
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.
Attachment 1 - Performance Work Statement 6 Jan 26.pdf
PDF603 KBJan 14, 2026
AI Summary
This government Performance Work Statement (PWS) outlines custodial services for the National Museum of the United States Air Force at Wright-Patterson Air Force Base. The contractor must provide all management, equipment, and labor to maintain a clean and professional facility. Services include routine cleaning of non-carpeted and carpeted floors, restrooms, and specialized cleaning for public areas, displays, and aircraft. Periodic services cover snow/ice removal, emergency cleanups, and special event cleaning. The government provides facilities, some supplies, and utilities, while the contractor furnishes most equipment and certain restroom supplies. The PWS also details general information on base hours, holidays, safety, security, and contract modifications, emphasizing compliance with VPP and CTIP regulations.
Attachment 2 - Bid Schedule 6 Jan 26.xlsx
Excel40 KBJan 14, 2026
AI Summary
This document outlines a non-personal services contract for custodial services at The National Museum of The Air Force, Wright-Patterson, AFB. The contract details 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 facility, restroom, and lactation room cleaning for both Area B and the Museum Campus, picnic and grounds upkeep, snow/ice removal, quarterly window cleaning, and annual atrium window cleaning. The Performance Work Statement is dated June 12, 2025. The document provides estimated quantities and square footage for each service, but no pricing information is included.
RFIs Responses FINAL 20 Jan 26.xlsx
Excel39 KBJan 28, 2026
AI Summary
This government file details a Question and Answer (Q&A) exchange for Solicitation FA860126R0001, concerning follow-on custodial and snow removal services at Wright Patterson AFB, OH. Key clarifications include that this is a follow-on contract (FA860121C0005) and not a new requirement, with funding identified but no budget disclosed. The scope of work is largely unchanged, but there are specific clarifications regarding cleaning square footage (825,000 SF annually for past performance, 1.26 MSF per year for the SOW), snow removal protocols (no pre-treatment required, contractor discretion for ongoing events, snow to be deposited on grass), and billing (flat monthly rate for some CLINs, per-occurrence for snow removal). The government will provide on-site storage, parking, and keys/key cards, but not subcontractor names or current budget details. Financial capability documentation is required, and the proposal is a formal Firm-Fixed-Price submission. Site visit attendance was not mandatory.
RFIs Round 2 _ Dated 14 Jan 26.xlsx
Excel37 KBJan 28, 2026
AI Summary
This document addresses questions regarding Solicitation FA860126R0001 for custodial and related services at Wright Patterson AFB, OH. It clarifies that this is a follow-on contract from FA860121C0005, with no significant changes in the scope of work. Key clarifications include a firm-fixed-price (FFP) monthly billing for snow removal, with no pre-treatment required by the government. The government will provide parking, keys/access cards, and storage/office space. Financial capability requests require detailed documentation, and while a site visit was conducted, attendance was not mandatory. The contract specifies daily, weekly, and periodic cleaning for various areas, excluding specific sections like parking lots and certain exterior glass. The government will not provide budget estimates or incumbent contractor business details, but confirms subcontracting is allowed and provides details on access procedures and evaluation metrics. The maximum number of billable snow events is 12, but this quantity can be modified.
Updated Finals RFI Responses 28 Jan 2026.xlsx
Excel41 KBJan 28, 2026
AI Summary
This government file details a series of questions and answers regarding a solicitation (FA860126R0001) for custodial, snow removal, and related services at Wright Patterson AFB, OH, specifically for the National Museum of the U.S. Air Force. The document clarifies that this is a follow-on contract (FA860121C0005) with no significant changes in the scope of work. Key clarifications include the pricing structure for snow removal (per occurrence, billed monthly), the exclusion of parking lots from snow removal, and the responsibility for certain cleaning tasks (e.g., floors only for specific areas, dry dusting for certain aircraft). The government will provide parking, keys/key cards, and dumpsters, but not on-site storage for snow removal materials, recommendations for prime contractors, or current budget information. Financial capability documentation is required, and a site visit was not mandatory. The contract will be Firm-Fixed-Price.
Solicitation Amendment FA860126R00010003 SF 30.pdf
PDF1352 KBJan 28, 2026
AI Summary
Amendment FA860126R00010003 modifies solicitation FA860126R0001, issued by AFLCMC PZIO, to extend the offer submittal deadline from January 28, 2026, to February 2, 2026. The amendment also replaces Attachment 2 – Bid Schedule, originally dated January 14, 2026, with a revised version dated January 28, 2026. Offerors must acknowledge receipt of this amendment through specified methods to ensure their bids are considered. This modification, dated January 28, 2026, ensures all terms and conditions of the original solicitation remain in effect, except for the noted changes. It impacts the response due date and the bid schedule document for the solicitation.
Attachment 2-Bid Schedule.xlsx
Excel40 KBJan 28, 2026
AI Summary
The document outlines a non-personal services contract for custodial services at The National Museum of The Air Force, Wright-Patterson, AFB, in accordance with 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. Services include daily facility, restroom, and lactation room cleaning for Area B and the Museum Campus, picnic and grounds upkeep, snow/ice removal, quarterly window cleaning, and annual atrium window cleaning. The file provides estimated quantities, units of issue, estimated square footage per occurrence, estimated monthly square footage, and yearly totals for each service, but omits specific monthly and yearly prices. The total estimated period of performance extends through September 30, 2031, with a six-month extension until March 31, 2031.
Solicitation Amendment FA860126R00010002 SF 30.pdf
PDF1354 KBJan 28, 2026
AI Summary
Amendment 0002 to Solicitation FA860126R0001 extends the offer submittal deadline from January 23, 2026, to January 28, 2026. This modification also replaces Attachment 1, the Performance Work Statement, and Attachment 2, the Bid Schedule, with updated versions dated January 14, 2026. The purpose of these changes is to provide additional time for offerors to respond and to ensure they have the most current versions of the solicitation's key documents, including the scope of work and bidding forms. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for ensuring fair and informed participation in the federal government RFP process.
Attachment 1 Performance Work Statement Updates 14 Jan 26.pdf
PDF610 KBJan 28, 2026
AI Summary
The Performance Work Statement (PWS) outlines custodial services for the National Museum of the United States Air Force at Wright Patterson Air Force Base. The contractor must provide all management, tools, equipment, and labor to maintain a clean and professional facility. Services include routine facility cleaning (non-carpeted and carpeted floors, stairways, elevators, trash removal, lactation rooms), restroom/locker room cleaning and disinfection, and specialized cleaning for glass, displays, strollers, wheelchairs, and aircraft. Periodic services cover snow/ice removal, emergency cleanups, special event cleaning, window cleaning, and grounds/picnic area maintenance. The government provides facilities, some supplies (toilet paper, paper towels, hand soap, salt/ice melt, centralized trash liners), utilities, security, fire, and medical services, and waste disposal. The PWS also details contractor responsibilities regarding equipment, supplies, safety, security, personnel, schedules, and adherence to various regulations, including the Voluntary Protection Program (VPP) and Combating Trafficking in Persons (CTIP). Performance objectives and thresholds are established in the Service Summary, with specific cleaning frequencies and estimated square footage provided in appendices.
Attachment 2 Bid Schedule Updates 14 Jan 26.xlsx
Excel40 KBJan 28, 2026
AI Summary
This government file outlines a Request for Proposal (RFP) for non-personal custodial services at The National Museum of The Air Force, Wright-Patterson AFB, as detailed in the Performance Work Statement dated June 12, 2025. The contract spans a base year from April 1, 2026, to March 31, 2027, followed by four optional years, with a potential six-month extension. Services include daily cleaning of facilities, restrooms, and lactation rooms in Area B and the Museum Campus, picnic and grounds upkeep, snow/ice removal, quarterly window cleaning, and annual atrium window cleaning. The file provides estimated square footage and quantities for each service, indicating a comprehensive approach to facility maintenance. While specific pricing information is not included in the provided text, the document clearly defines the scope of work and the multi-year performance period for these essential custodial services.
Copy of RFIs Round 1 _ 9 Jan 26.xlsx
Excel33 KBJan 28, 2026
AI Summary
This document addresses questions regarding Solicitation FA860126R0001 for WRIGHT PATTERSON AFB, OH, outlining a follow-on contract. Key clarifications include that it's a follow-on to contract FA860121C0005, with no significant changes in scope. Funding has been identified but budget ranges are undisclosed. The solicitation is competitive and set aside for small businesses, with no recommendations for prime contractors. Snow removal is a flat monthly rate, with snow to be deposited on grass areas. The government does not require pre-treatment for snow and ice. Square footage for past performance is based on monthly cumulative totals, with an updated multiplier of 30.3 for daily services. Parking for employees is provided, along with on-site storage/office space for custodial operations. The contract is not subject to a Collective Bargaining Agreement (CBA). Financial capability review by DCMA requires detailed documentation beyond a signed letter. Cleaning of aircraft is limited to exterior surfaces, with specific instructions for certain vehicles. The facility requires 7-day-a-week janitorial services, with specific details on areas to be cleaned and excluded. The government will not provide complaint information for the current effort.
Solicitation Amendment FA860126R00010001 SF 30.pdf
PDF1354 KBJan 28, 2026
AI Summary
This amendment, FA860126R00010001, to solicitation FA860126R0001, issued on January 9, 2026, modifies the original solicitation dated December 17, 2025. The purpose of this amendment is to update and replace three key attachments. Specifically, Attachment 1 (Performance Work Statement), dated November 17, 2025, is replaced with a revised version dated January 6, 2026. Attachment 2 (Bid Schedule), also dated November 17, 2025, is replaced with a revised version dated January 6, 2026. Finally, Attachment 3 (Combined Drawings), dated January 10, 2025, is replaced with a revised version dated January 8, 2026. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This amendment ensures that offerors have the most current documentation for their submissions.
Attachment 3 - Combined Drawings 8 Jan 26.pdf
PDF2976 KBJan 28, 2026
AI Summary
The document provides a detailed inventory and floor plan key for several government facilities, including Building 20489 (Hanger 1, First and Second Floors) and Building 20495 (Missile Silo, 1st Floor and Mezzanine). It outlines critical service areas such as carpet/hard floors, restroom service, emergency exits, and extensive snow removal requirements with specific dimensions for various areas. The file also includes a key for floor plan elements like restrooms, lactation rooms, and snow removal areas. This comprehensive data is current as of January 8, 2026, and is essential for facility management, maintenance, and potential service contract solicitations.
Attachment 6 - Evaluation Criteria.pdf
PDF204 KBJan 28, 2026
AI Summary
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.
NMUSAF Custodial_Solicitation FA860126R0001.pdf
PDF270 KBJan 28, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 17, 2025
amendedAmendment #1· Description UpdatedJan 9, 2026
amendedAmendment #2· Description UpdatedJan 14, 2026
amendedAmendment #3· Description UpdatedJan 20, 2026
amendedLatest Amendment· Description UpdatedJan 28, 2026
deadlineResponse DeadlineFeb 2, 2026
expiryArchive DateFeb 17, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8601 AFLCMC PZIO

Point of Contact

Name
Ladaia Lumpkin

Place of Performance

Wright Patterson AFB, Ohio, UNITED STATES

Official Sources