Custodial Services FY26
ID: F3G3CE5230A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for custodial services at Nellis Air Force Base (AFB) in Nevada, with a contract period from December 1, 2025, to November 30, 2030. The contractor will be responsible for providing all necessary labor, materials, equipment, and management to ensure a clean and professional appearance of various facilities, including restrooms, fitness centers, and child development centers, in accordance with the Performance Work Statement (PWS). This procurement is crucial for maintaining facility standards and operational readiness at the base, and it is set aside for competitive 8(a) businesses under NAICS code 561720. Interested vendors must submit their proposals electronically by October 30, 2025, and can direct inquiries to Addlene Williams at addlene.williams.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Performance Work Statement (PWS) outlines custodial services required at Nellis AFB, NV. The contractor must provide all management, tools, equipment, and labor to maintain satisfactory facility conditions and a professional appearance. Services include routine cleaning for various floor types, trash removal, and comprehensive restroom/locker room cleaning, including disinfecting and restocking supplies. Special cleaning requirements are detailed for facilities like the Child Development Center (CDC) and Youth Center, with strict guidelines for background checks, training, immunizations, and cleaning protocols. The PWS also covers contractor-provided equipment and supplies, government-furnished property, hours of operation, federal holidays, base closures, and critical information on hazardous materials, safety, and security. A Service Summary outlines performance objectives and thresholds, with penalties for deficiencies. Appendices detail cleaning levels, estimated square footages, and required reports.
    This government file outlines a Request for Proposal (RFP) for custodial services at Nellis AFB, covering five ordering years from December 1, 2025, to November 30, 2030. The services include various levels of facility, restroom/locker room, fitness center, youth center/teen center/school age program, and CDC cleaning, along with periodic cleaning tasks. The contract is for non-personal services and requires the contractor to provide all supervision, personnel, equipment, transportation, material, and other items necessary to perform the custodial services in accordance with the Performance Work Statement (PWS). The acquisition is a combination of Firm Fixed Price and Requirements, with "Requirements" CLINs not guaranteed for minimum quantities by the Government. Payment will be based on actual quantities furnished. Additionally, floor cleaning services are required as needed via work orders, with a minimum of 5,000 sq ft per year for each level.
    This government wage determination (No. 2015-5593, Revision 29, dated 07/08/2025) outlines minimum wage and fringe benefit requirements for service contracts in Clark County, Nevada, under the Service Contract Act. It details hourly rates for numerous occupations across various sectors, including administrative, automotive, food service, health, IT, and maintenance. The document specifies different minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award or renewal date. It also mandates health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), paid vacation (2-4 weeks based on service), and eleven paid holidays annually. Special provisions include exemptions for certain computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications.
    The FY26 Nellis Custodial Past Performance Questionnaire is designed to evaluate businesses offering custodial services to the USAF at Nellis Air Force Base. It collects information on a company's role (prime or subcontractor), service description, contract value, and period of performance. The questionnaire includes a performance confidence assessment rating scale (Substantial, Satisfactory, Limited, No, Unknown Confidence) to score various aspects of a contractor's performance. Key evaluation areas include the ability to recruit and maintain qualified personnel, overall technical and management performance, compliance with standards, effectiveness of quality control systems, proactive resolution of quality issues, and invoicing practices. The document also asks for additional references and evaluator contact information, to be returned to Addlene Williams at Nellis AFB.
    Lifecycle
    Title
    Type
    Custodial Services FY26
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Custodial Services
    Buyer not available
    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.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located in Reno, NV, ensuring that all facilities meet public health and security standards. This contract is vital for supporting training activities and will be awarded based on best value criteria, including pricing and technical capability. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, with a firm-fixed-price contract anticipated.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Laundry and Dry-Cleaning Services for the Blue Angels in El Centro, CA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential contractors to provide laundry and dry-cleaning services for the Navy Flight Demonstration Squadron, known as the Blue Angels, during their winter training at Naval Air Facility in El Centro, California, from December 31, 2025, to March 31, 2026. The contractor will be responsible for all aspects of service delivery, including management, labor, transportation, and facility operations, with a focus on same-day/next-day service to accommodate the squadron's high travel tempo. This opportunity is critical for maintaining the cleanliness and readiness of various uniforms and organizational clothing, ensuring they are free from soil, stains, and bacteria, while also adhering to strict performance and security standards. Interested parties must submit their capability statements and any inquiries to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil by December 9, 2025, at noon Pacific Standard Time.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.