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 quotes for Janitorial Services for Buildings F-1 and F-15. This is a Total Small Business Set-Aside for a Firm Fixed-Price (FFP) contract. Quotes are due by March 09, 2026, 07:00 AM (Local Time).
Scope of Work
The contractor will provide comprehensive janitorial and 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). 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 tools, equipment, materials, supplies, and supervision, and develop a Quality Control Plan. Contractor employees require DBIDS access to Naval Air Station Key West, Trumbo Point Annex.
Contract Details
- Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561720 (Janitorial Services), Size Standard: $22,000,000
- PSC: S201 (Custodial Janitorial Services)
- Period of Performance: One base year (May 17, 2026 - May 16, 2027) with four one-year option periods, for a potential total of five years (up to May 16, 2031).
- Payment: Monthly in arrears via Wide Area WorkFlow (WAWF).
Evaluation & Submission
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation. Award will be made to the responsible offeror(s) with a technically acceptable and fair/reasonable price. Options will be evaluated by adding their total price to the basic requirement.
Quoters must submit one copy of their technical and price quote, including a signed/dated page 1 of the SF1449, company DUNS Number, and CAGE Code. All submissions must be sent via e-mail to Richard Key (richard.a.key2.civ@us.navy.mil), referencing the solicitation number in the subject line. An active registration in SAM.gov is required. A statement accepting the solicitation's terms and conditions is mandatory.
Key Dates
- Quotes Due: March 09, 2026, 07:00 AM (Local Time)
- Solicitation Posted: February 24, 2026
Amendment
Amendment N0017326Q52230001 adds FAR Clause 52.223-2, "Reporting of Biobased Products Under Service and Construction Contracts," to Section I - Contract Clauses. No changes to deadlines or evaluation factors.