JANITORIAL SERVICES (KEY WEST)
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 Naval Research Laboratory (NRL) in Key West, Florida, is soliciting quotations for Janitorial Services for Buildings F1 and F15. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. Proposals are due April 10, 2026, at 12:00 PM Eastern.
Scope of Work
The contractor will provide comprehensive janitorial/housekeeping services for Buildings F-1 (3,005 sq ft hard floor, 1,015 sq ft carpet) and F-15 (2,730 sq ft hard floor, 2,710 sq ft carpet) at Naval Air Station Key West, Trumbo Point Annex. Services include bi-weekly tasks (restroom cleaning, trash removal, supply replenishment, office/hallway cleaning, kitchen/break room cleaning), weekly tasks (floor sweeping/mopping, carpet vacuuming), and quarterly tasks (dusting, window cleaning, floor polishing/waxing, carpet shampooing). The contractor must supply all necessary tools, equipment, materials, supplies, and supervision, and develop a Quality Control Plan. Contractor employees require DBIDS access.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One base year (May 17, 2026 - May 16, 2027) with four additional one-year option periods, for a total potential duration of five years (up to May 16, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 13.003(b)(1))
- NAICS Code: 561720 (Janitorial Services), Size Standard: $22,000,000
- PSC: S201 (Custodial Janitorial Services)
- Payment: Monthly in arrears via Wide Area WorkFlow (WAWF).
Submission & Evaluation
Quoters must submit one copy of their technical and price quote with a signed/dated page 1 of the SF1449. All submissions must include the company DUNS Number and Cage Code and be sent via email. Award will be made to the responsible offeror whose offer is most advantageous to the Government, using a Lowest Price Technically Acceptable (LPTA) evaluation method. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be selected. Offerors must be actively registered in SAM.gov.
Key Dates
- Questions Due: April 1, 2026, at 12:00 PM Eastern
- Proposal Due: April 10, 2026, at 12:00 PM Eastern
- Published Date: March 25, 2026
Additional Notes
Amendment 0001 added FAR Clause 52.223-2. The solicitation incorporates various FAR and DFARS clauses. Contractors must observe Federal holidays and provisions are included for performance during mandatory evacuation orders in Monroe County, Florida.