Opportunity
SAM #FA441826R0011
Comprehensive Custodial Services for Joint Base Charleston (Air Force Base & Naval Weapons Station)
Buyer
628th Combat Sustainment Support Battalion
Posted
April 16, 2026
Respond By
May 27, 2026
Identifier
FA441826R0011
NAICS
561720
This opportunity seeks comprehensive custodial services for Joint Base Charleston, covering both the Air Force Base in North Charleston, SC, and the Naval Weapons Station in Goose Creek, SC. - Government Buyer: - Department of Defense, Department of the Air Force, Air Mobility Command - 628th Contracting Squadron (628 CONS PK) and 628th Civil Engineer Squadron - Scope of Work: - Custodial services for 237 facilities totaling approximately 1.5 million square feet - Includes facility cleaning, restroom/locker room maintenance, periodic and emergency cleaning, and special cleaning for Child Development Centers (CDC), Youth Centers, and Fitness Centers - Contractor must provide all management, personnel, equipment, vehicles, tools, supplies, and supervision - Cleaning standards specified as Levels 1-4 (Prestige, Basic, Academic, Special Requirements) - Services include floor care, trash removal, supply stocking (trash liners, toilet paper, hand soap), and adherence to Air Force Custodial Common Levels of Service Standards - Products/Services Requested: - Multiple line items for facility and restroom cleaning, periodic cleaning, and emergency floor maintenance (see detailed line items below) - Supplies such as plastic trash can liners, toilet tissue, paper towels, and hand soap - Unique/Notable Requirements: - Mandatory attendance at a site visit for proposal responsiveness - Strict background checks, immunizations, and training for staff working in CDC/YC areas - Quality control and assurance program required - Performance-based acquisition with recurring and task order-based services - 100% set-aside for 8(a) small business concerns under NAICS 561720 - Compliance with collective bargaining agreement for janitorial staff wages and benefits - OEMs/Vendors: - No specific OEMs or product manufacturers are named; contractors must supply all required materials and equipment - Period of Performance: - Base year plus four option years, for a total of five years - Place of Performance: - Joint Base Charleston (Charleston Air Force Base, North Charleston, SC; Naval Weapons Station, Goose Creek, SC) - **All line-item details, quantities, and units of measure are provided in attachments and summarized below.
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number FA441826R0011 is issued as a Request for Proposal for Joint Base Custodial Services. All responsible sources may submit a proposal and will be considered.
This acquisition is set-aside 100% for 8(a) small business concerns. The applicable Product Service Code is S201, and NAICS code is 561720 with a small business size standard of $22 million.
This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.
(ii) Please see attached SF 1449, Request for Proposal, Attachment 2 – Appendix B, and Attachment 3 - JB Custodial Bid Schedule - for all applicable line-item number(s) and items, quantities, and units of measure (including option(s)), applicable to this acquisition.
(iii) Contractors must provide all management, tools, supplies, equipment, and labor necessary to ensure custodial services are performed at Joint Base Charleston (includes Charleston Air Force Base, Noth Charleston, SC and Naval Weapons Station, Goose Creek, SC) in a manner that will maintain a satisfactory facility condition and present a clean, neat, and professional appearance in accordance with the Performance Work Statement.
(iv) Period of Performance:
Base Year: 1 October 2026 – 30 September 2027 Option Year I: 1 October 2027 – 30 September 2028 Option Year II: 1 October 2028 – 30 September 2029 Option Year III: 1 October 2029 – 30 September 2030 Option Year IV: 1 October 2030 – 30 September 2031
This acquisition shall be F.O.B Destination.
(v) Please see attached SF 1449, Request for Proposal, for a list of solicitation provisions and clauses that apply to the acquisition.
(vi) Offers in response to this acquisition are due 27 May 2026, no later than 11:30 AM Eastern Standard Time and must be submitted electronically to stephanie.woods.7@us.af.mil and terry.harrelson.1@us.af.mil.
(vii) This combined synopsis/solicitation consists of the following documents:
SF 1449, Request for Proposal Attachment 1 – Performance Work Statement dated 14 April 2026 Attachment 2 – Appendix B dated 14 April 2026 Attachment 3 – JB Custodial Bid Schedule Attachment 4 – Past Performance Questionnaire Attachment 5 – DoL WD ITPEU CBA with Addendum Attachment 6 – DoL WD AFGE CBA with Addendum Attachment 7 – Green Procurement Form
RFO 52.215-1, Instruction to Offerors- Competitive Acquisition, applies to this acquisition. Please see SF 1449, Request for Proposals, Sections L and M, for Instructions to Offerors and Evaluation Criteria.
Site Visit Information: Prior to submission of proposals, parties interested in responding to this RFP are required to attend a SITE VISIT CURRENTLY SCHEDULED FOR 7 May 2026. This requirement includes a wide variety of facilities, with varying levels of service, that are geographically separated with limited points of entry for contractor personnel. A site visit is critical for a comprehensive understanding of the requirement. Offers will only be considered responsive if a representative attends the site visit. No other Site Visit opportunities will be made available. Attendees are limited to two (2) personnel per offeror. Registrants shall submit request for attendance via email to Stephanie Woods, stephanie.woods.7@us.af.mil no later than Close of Business (COB), 23 April 2026. Upon registration, Vendors will receive detailed instructions for the Site Visit.
Request for Information (RFI): Offerors are required to submit in writing all questions and requests for clarifications no later than noon Eastern Standard Time, 11 May 2026. The decision whether to respond to questions and requests for clarification made after noon EST, 11 May 2026 shall be at the sole discretion of the contracting officer. Failure of a prospective offeror to submit any questions will be construed to mean that the prospective offeror fully understands all requirements of the solicitation. Questions must be emailed to: stephanie.woods.7@us.af.mil. If there are any issues call Stephanie Woods at (843) 963-4502.
All companies must be registered in the System for Award Management at https://www.sam.gov to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.