Opportunity
SAM #RFP-ACT-SACT-26-62
NATO Custodial Services Solicitation for HQ SACT and U.S.-based NATO Entities
Buyer
Bureau of Industry and Security
Posted
May 11, 2026
Respond By
June 25, 2026
Identifier
RFP-ACT-SACT-26-62
NAICS
561720
This opportunity is a NATO solicitation for custodial services at HQ SACT and other U.S.-based NATO entities, coordinated by the Department of Commerce's Bureau of Industry and Security. - Scope covers cleaning and maintenance for approximately 250,000 square feet - Includes all management, supervision, labor, cleaning materials, supplies (hand soap, paper towels, toilet paper, disinfectants), and equipment - Personnel must be citizens of NATO nations, professionally trained, and eligible to work on U.S. military facilities without escort (DBIDs) - Services required: routine and project-based cleaning, floor care, carpet/upholstery cleaning, window cleaning, deep-cleaning - Compliance with Federal, State, local regulations and HQ SACT-specific policies is mandatory - U.S. prime contractors must: - Have an active facility in the U.S. - Be approved for NATO Competitive Procurement (NCP) - Obtain a Declaration of Eligibility (DOE) from the U.S. Government - Have performed similar contracts in the last three years - Partial bidding is not allowed - Contract is Firm Fixed Price/Fixed Fee - Period of performance: base year plus four 12-month option periods (up to five years) - Place of performance: HQ SACT, Norfolk, Virginia, 23511, UNITED STATES
Description
Headquarters Supreme Allied Commander Transformation (HQ SACT) intends to issue a Request for Proposal (RFP) to establish a contract for the provision of custodial services in support of HQ SACT and other eligible U.S. based NATO entities.
U.S. prime contractors must 1) maintain a professionally active facility within the United States, 2) be approved for participation in NATO Competitive Procurement (NCP), 3) be issued a Declaration of Eligibility (DOE) by the U.S. Government, and 4) have performed similar contracts within the last three years, substantially similar in scope to the requirement described in the solicitation.
In addition, contractor personnel performing services or providing delivery under the contract must be citizens of a NATO nation and have appropriate professional training and experience. Contractor companies must be eligible to conduct work on a U.S. military facility without base escort (DBIDs).
The reference for the RFP is RFP-ACT-SACT-26-62 and all correspondence regarding the RFP should include this reference.
Type of Contract: Firm Fixed Price/Fixed Fee Service Contract
Partial Bidding is not authorized.
Period of Performance: Base Period: 01 January - 31 December 2027 with four potential 12-month option periods; 01 January – 31 December 2028, 01 January – 31 December 2029, 01 January – 31 December 2030, 01 January – 31 December 2031.
SUMMARY OF REQUIREMENT
HQ SACT requires services which provide all management, supervision, labor, cleaning instrument materials, supplies (i.e. hand soap, paper towels, toilet paper, and cleaning disinfectants), and equipment necessary to perform comprehensive custodial services for facilities totaling approximately 250,000 square feet.
Custodial services shall be performed by qualified, trained personnel on a full-time basis, five (5) days per week, in accordance with an approved schedule to ensure facilities are maintained in a clean, sanitary, safe, and orderly condition. Routine services shall include, but are not limited to, cleaning and sanitizing restrooms, offices, conference rooms, common areas, floors, and other interior spaces; high and low dusting, vacuuming carpet, mopping and sanitizing floors; trash and recycling removal; and replenishment of consumable supplies.
Custodial services shall also include periodic and project-based services, which may be required outside of normal working hours, including but not limited to floor care (stripping, waxing, sealing, and buffing), carpet and upholstery cleaning, window cleaning, and other deep-cleaning services necessary to maintain facility appearance and hygiene standards.
The shall be perfomed in strict compliance with all applicable Federal, State, and local regulations, as well as HQ SACT-specific policies and procedures.The work shall be performed in a manner that minimizes disruption to daily operations. Adequate staffing levels, quality control procedures, and responsiveness to service requests shall be maintained in accordance with contract specifications
BECOMING ELIGIBLE TO BID
NCP requires that the U.S. Government issue a DOE on behalf of potential U.S. prime contractors interested in this contract. Before the U.S. Government can do so, however, the U.S. Government must approve the U.S. firm for participation in NCP. U.S. firms are approved for NCP on a facility-by-facility basis.
The U.S. NCP application is a one-time application. The application requires supporting documentation in the form of 1) a company resume indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA.
U.S. firms can download a copy of the U.S. NCP application from the following website:
https://www.bis.gov/about-bis/bis-leadership-and-offices/SIES/business-opportunities-nato
The Department of Commerce (DOC) is the U.S. Government agency that approves NCP applications. Please submit to the email address provided your application and supporting documentation (as attachments). If your firm is interested in a specific NCP project at this time, please also include the following in the text of your email:
- the title and/or solicitation number of the contract - the name/phone/email of the company point of contact for the bid documents
After approval of your one-time NCP application, DOC will then know to follow up by issuing a DOE for the contract. DOC will transmit the DOE to the NATO contracting agency.
IMPORTANT DATES
U.S. firms should request a DOE (and, for U.S. firms new to NCP, submit the one-time NCP application): 25 June 2026
HQ SACT issues RFP (planned): 01 July 2026
Bid closing (planned): 31 August 2026
Contract award (anticipated): September 2026