Custodial and Janitorial Services for Defense Information Systems Agency Pacific (DISA PAC), Building 77
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 Defense Information Systems Agency (DISA) Pacific (PAC) is conducting a Sources Sought to identify qualified small businesses for Custodial and Janitorial Services for DISA PAC Building 77 at Ford Island, Pearl Harbor, HI. This market research aims to determine the availability and technical capability of small businesses, including various subsets, to provide comprehensive cleaning services for the 54,300 sq ft facility. A Firm-Fixed Price contract with a one-year base and four one-year options is anticipated. Responses are due by May 18, 2026, 11:00 AM HST.
Scope of Work
The requirement covers routine daily, weekly, monthly, and semi-annual custodial, janitorial, and sanitation services to maintain facility cleanliness, sanitation, and operational readiness. Services include trash removal, restroom cleaning, floor maintenance (sweeping, mopping, carpet shampooing, stripping, waxing), cleaning of kitchen areas, high-touch surfaces, low and high spaces, and windows. Periodic deep cleaning of restrooms and the facility interior is also required. The contractor will provide all labor, supervision, equipment, tools, materials, and supplies. The Performance Work Statement (PWS) indicates a capability for surge services up to 10% of the contract value.
Contract & Timeline
- Type: Sources Sought (market research only, not a solicitation)
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Duration: One-year base period plus four one-year option periods
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561720 (Custodial and Janitorial Services) with a $22M size standard
- Response Due: May 18, 2026, 11:00 AM Hawaii Standard Time (HST)
- Published: May 11, 2026
Required Capabilities & Special Requirements
Respondents must demonstrate experience in similar custodial and janitorial services within the last five years, covering the specified scope. A Secret Facility Clearance is mandatory, and the current clearance level must be provided. Personnel must be U.S. citizens and eligible for Secret level clearance, undergoing background investigations. The contractor must also comply with CMMC Level 1 (Self) policies and maintain a quality control program.
Submission Details
Interested businesses should submit a brief capabilities statement (no more than five pages) addressing the required capabilities and special requirements. Responses must include:
- Business name and address
- Company representative name and title
- Small Business Socio-economic status (if applicable)
- CAGE Code
- Prime contract vehicles (e.g., GSA MAS)
Submissions should be emailed to Michelle Sato (michelle.e.sato.civ@mail.mil) and Gwendolyn Rapoza (gwendolyn.m.rapoza.civ@mail.mil) by the deadline. Proprietary information must be clearly marked.
Disclaimer
This is a Sources Sought Notice for informational purposes only and does not constitute a solicitation or commitment by the Government. No funds are available for response preparation.