Opportunity
SAM #FA481926M0001
AFNORTH Complex Interior and Exterior Cleaning Services at Tyndall AFB
Buyer
325th Comptroller Squadron
Posted
March 31, 2026
Respond By
April 10, 2026
Identifier
FA481926M0001
NAICS
561720
This opportunity seeks contractor support for interior and exterior cleaning services at the AFNORTH Complex, Tyndall Air Force Base, Florida. - Government Buyer: - Department of the Air Force, 325th Contracting Squadron (CONS), Air Combat Command (ACC), CONR-AFNORTH (1AF) Complex - Services Requested: - Interior and exterior cleaning for buildings 1210, 1212, 1214, and the mechanical yard at Tyndall AFB - Cleaning of common area interior walls - Cleaning of interior and exterior windows (approx. 13,818 sq ft total) - Cleaning of interior light fixtures (including 4 fixtures in building 1210 lobby) - Gutter cleaning - Pressure washing of exterior walls and sidewalks (approx. 20,000 sq ft) - Low pressure soft wash for exterior windows - Unique/Notable Requirements: - Contractor must provide all management, labor, equipment, and materials - Compliance with Air Force standards, environmental and safety regulations, and security requirements is mandatory - No government-furnished property or supplies will be provided - Compliance levels for cleaning range from 90% to 100% - No specific OEMs or vendors are mentioned; only janitorial and cleaning services are required - Anticipated NAICS code: 561720 (Janitorial Services) - All work must be performed at Tyndall Air Force Base, Florida
Description
The Department of the Air Force, 325th Contracting Squadron (CONS), is seeking potential sources to perform interior and exterior cleaning services for the AFNORTH Complex (buildings 1210, 1212, 1214) at Tyndall AFB, FL. This includes cleanining of the common area interior walls, interior/exterior windows, interior light fixtures, gutter cleaning and pressure washing of the exterior walls and sidewalks for AFNORTH (1AF) at Tyndall AFB, FL. The contractor will perform all work in accordance with the Draft Performance Work Statement (PWS), all applicable laws, regulations, Headquarters Air Force standards, instructions, and commercial practices.
DISCLAIMER:
This is NOT a pre-solicitation notice pursuant to FAR Part 5. This sources sought notice is for informational and planning purposes only. It does not constitute a synopsis or solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for contract award. When the solicitation is issued, it wil lbe announced on the Federal Business Opportunities website and all interested parties shall obtain the solicitation from this website.
NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561720, Janitorial Services, with the corresponding size standard of $22,000,000.
VENDOR RESPONSE/REQUIRED CAPABILITIES:
It is requested that vendors respond to this sources sought notice with information in sufficient detail regarding their capabilities and capacity to satisfy the requirement. The Government is contemplating a Firm Fixed Price (FFP) as the appropriate contract type applicable to the requirement.
See the attached Draft Performance Work Statement (PWS). Potential offerors are encouraged to provide feedback on the Draft PWS content. The Government may not respond to or publish comments, resulting actions, changes, etc.; however, the draft PWS may or may not be revised based on feedback provided. Potential offerors are cautioned that proposals must be based on the actual RFQ, once posted, and not posted draft documents.
SUMISSION DETAILS/INFORMATION SOUGHT BY THE GOVERNMENT:
1. Your general company information, to include: company names, address, point of contact, phone number, e-mail address, Commercial and Government Entity (CAGE) Code, Unique Entity ID, Business Size (i.e., Small Business, Other than Small), and NAICS code(s) the company usually performs under.
2. Capabilities statement providing sufficient information describing the ability to accomodate the requirements.
3. Feedback on the Draft PWS (if applicable)
Note: any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. The webiste is https://www.sam.gov. Registration requires applicants to have a Unique Entity ID. Registration may take up to three weeks to process.
ALL SUBMISSIONS MUST BE RECEIVED NO LATER THAN 2:00PM CENTRAL TIME ON FRIDAY, 10 APRIL 2026. PACKAGES CAN BE SENT ELECTRONICALLY TO MS. SHAWNA MORRIS at shawna.morris.2@us.af.mil and MS. CANDACE ROBINSON at candace.robinson.1@us.af.mil. Oral and mailed communications ARE NOT acceptable in response to this notice.
The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the prupose intended.