Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOURCES SOUGHT

S -- Custodial Services

Notice Date
1/23/2026 10:37:49 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018926CS01
 
Response Due
2/6/2026 1:00:00 AM
 
Archive Date
02/21/2026
 
Point of Contact
LT Joseph S. Burgo, Phone: (602) 377-3841, Mark Carter, Phone: 7574431323
 
E-Mail Address
joseph.s.burgo.mil@us.navy.mil, mark.a.carter3.civ@us.navy.mil
(joseph.s.burgo.mil@us.navy.mil, mark.a.carter3.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose "" this announcement constitutes a Sources Sought for information and Office NAVSUP FLC NORFOLK. The purpose for this announcement constitutes a Sources Sought for information and to determine that a contractor can provide all personnel, equipment, supplies, and supervision necessary to perform custodial services as defined in this Performance Work Statement (PWS). The services will ensure that the NAVSUP FLC Norfolk Headquarters Building is maintained in a clean, safe, and professional manner. The required services range from daily to annual cleaning tasks for restrooms & locker rooms, kitchen break areas, office areas/lobbies & corridors, emptying trash, high dusting, polishing metal fixtures, vacuuming, detail cleaning for entryways (glass & frames), replacing urinal cakes, mopping all hard surface floors, washing interior & exterior ground floor windows, buffing surface floors, waxing floors, and shampooing carpets. This is not a solicitation announcement for quotes, and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. Place of Performance The services shall be performed at building W143, 1968 Gilbert Street, Norfolk, VA. The total cleanable area is approximately 155,000 square feet, consisting of 128,000 sq. ft. of office space and 27,000 sq. ft. of training space. A portion of the total cleanable area is made up of 25 restrooms, 2 locker rooms, and 2 kitchen break areas. Period of Performance The contract shall be for a one-year base period with the option to extend for four additional one-year periods. The period of performance shall be for one (1) base year of 12 months and four (4) 12-month options years, inclusive of the potential FAR 51.217-8 six (6) month option. The Period of Performance reads as follows: Base Year 01 April 2026 - 31 March 2027 Option 1 Year 01 April 2027 - 31 March 2028 Option 2 Year 01 April 2028 - 31 March 2029 Option 3 Year 01 April 2029 - 31 March 2030 Option 4 Year 01 April 2030 - 31 March 2031 FAR 52.217-8 01 April 2031 - 31 March 2032 Please see attached draft Performance Work Statement (PWS). Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code). 3. Size of business 4. If the services can be solicited from a GSA or SeaPort-NxG contract vehicle, provide the applicable contract number. 5. Relevant past performance on same/similar work dating back 5 (five) years and your company�s capacity to perform the type of work. 6. Documentation of the company�s full capabilities must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified Performance Work Statement (PWS). Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages. All technical questions and inquiries may be submitted within the response. 7. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. 8. Any comments, questions, or concerns in regard to the attached PWS. The drafted PWS, attachment 1, is posted in this notice for your reference. Responses should be emailed to LT Joseph S. Burgo at joseph.s.burgo.mil@us.navy.mil and Mark A. Carter at mark.a.carter3.civ@us.navy.mil by 4:00 pm EST on February 6, 2023. Again, this is not a request for a quote. Respondents will not be notified of the results. Please note the information within this sources sought will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a quote. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/152b59aa99bb45a6853dfa970765e045/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07695900-F 20260125/260123230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.