SOLICITATION NOTICE
S -- Custodial Services FY26
- Notice Date
- 9/30/2025 2:59:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G3CE5230A001
- Response Due
- 10/30/2025 10:00:00 AM
- Archive Date
- 11/05/2025
- Point of Contact
- Addlene Williams, Phone: 7026529121, Jessica Lavender
- E-Mail Address
-
addlene.williams.6@us.af.mil, jessica.lavender.1@us.af.mil
(addlene.williams.6@us.af.mil, jessica.lavender.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, following FAR 13 Simplified Acquisition procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. 1. The solicitation number is F3G3CE5230A001. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective 11 June 2025. 3. This combined synopsis/solicitation is being issued as a competitive 8(a), and the associated NAICS code is 561720 (Janitorial Services), Small Business Size Standard $22.0M. 4. Description of Services: The Contractor shall provide non-personal services, to include all labor, materials, equipment, management, tools, transportation, supervision, and other items and services necessary to ensure that Custodial Services is performed at Nellis AFB Air Force Base (AFB), Nevada. The services shall be performed in a manner that will maintain satisfactory facility conditions and present a clean, neat, and professional appearance. Buildings and workloads depicting the service described in this PWS are identified in the Appendices. For more information, please see: Attachment 1- PWS � 99 CES Custodial Services Period of Performance: 1 Dec 2025 � 30 Nov 2030 Place of Performance: Nellis AFB, NV FOB Point: Destination The Contract Line-Item Number (CLIN) structure can be found in: Attachment 2 � Price List. 5. The following provisions are incorporated by full text. REQUIREMENTS. In accordance with FAR 52.204-7 and Defense FAR Supplements (DFARS) 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://sam.gov to register. (End of Provision) 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1, paragraph (b)(6), is changed to read: Complete the Pricing Schedule (Attachment 2) of this solicitation. An authorized official of the firm must sign their completed price proposal. Price Sheet Instructions: fully complete the pricing on each CLIN as required. The Contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two digits beyond the decimal point. Any decimals past two digits will be rounded down. FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors shall provide a completed copy of the representations and certifications at FAR 52.212-3. Electronic or hard copies will be accepted. FAR 52.212-1, paragraph (b)(10), additional information is added to read: Past Performance: Each offeror�s past performance deemed recent and relevant to the requirements of this solicitation will be evaluated. Recent is defined as contracts performed within the last three years of the date this solicitation closes; Relevant is defined as a contract(s) that required the offeror to perform custodial services at multiple buildings (regardless of restroom, carpet and hard floor square footages.) similar to that of the effort required by the Performance Work Statement contained in this solicitation. The information requested includes successful execution of contracts, and in problem areas, the steps taken to resolve or correct. Offerors are cautioned that the Government may use information provided by the offerors and information obtained from other sources in the development of the performance assessments. (1) Offerors shall submit a list of recent and relevant past and present performance references. This list shall contain a minimum of five past performance references and no more than seven. Offerors shall submit this list with the rest of their offer no later than the closing time of this solicitation to the address identified in paragraph (b)(1) of this clause. For all listed contracts, provide the following information: a. Company/Division Name b. Contracting agency c. Contract number d. Brief description of contract effort e. Period of performance f. Total contract value, including all modifications and options g. Contracting Officer's name, address, and telephone number h. Comments regarding compliance with contract terms and conditions i. Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (2) Past performance information is limited to two pages per contract. Company name shall be indicated on the top of each page. (3) A past performance questionnaire (Attachment 4) is provided with the solicitation so that offerors may send them to the references of their choice. Past performance references who have returned the questionnaires will be used in the past performance assessment. Past performance information shall include information on corporate experience and past performance which clearly demonstrates that the offeror is capable of conforming to contractual requirements. Past performance information may include data on efforts performed by other divisions, predecessor companies, key personnel who have relevant experience, critical subcontractors, or teaming contractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Past performance information should address how well the work was performed on other contracts, perception of customer satisfaction, interface and working relationship with key government personnel, whether there were cure notices, show cause letters or termination actions, whether Contract Discrepancy Reports (CDRs) were issued, total number of CDRs if applicable, and final amount of deductions. Discuss whether quality services were provided at original proposed prices. Describe any awards or special recognition for high quality service. Offerors with no past experience shall state so. (4) Teaming Arrangements: Teaming Arrangements are characterized by two or more business entities that are working together under the representation of one of the existing business entities for the duration of the contract. A teaming arrangement is not a formal merger of two or more business entities. The government recognizes the validity and integrity of teaming arrangements as detailed in FAR Subpart 9.6. All offerors are encouraged to review FAR Subpart 9.6 to acquaint themselves with its details. Since the government can only determine the responsibility of the prime contractor, per FAR 9.604(b), in accordance with FAR 9.1, Responsible Prospective Contractors, offerors must identify in their offer any teaming arrangement to be considered and completely identify the relationships/responsibilities of the teaming members to include any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first-time teaming arrangement, each party to the arrangement must provide a list of past and present relevant contracts. (5) Joint Ventures: Joint Ventures are characterized as two or more business entities that have been merged to create one business entity with equal responsibility during the course of the contract. If this is a first time Joint Venture, each party to the arrangement shall provide a list of project summaries as identified in this section. b. Each offeror is responsible for sending the attached past performance questionnaire to its chosen references. Upon completion of the questionnaires, they shall be returned directly from the references to email address: addlene.williams.6@us.af.mil. Completed questionnaires must be submitted no later than the closing date of this solicitation. c. This requirement for the submission of questionnaires is in addition to the requirement for a list of recent and relevant contracts specified above. d. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime offeror. Technical: All Offeror's shall submit a response to the two technical criterion below: 1. SBA 8(a) Business Development Program participant: Offeror shall supply a letter from the Small Business Administration that verifies the current active status within the SBA 8(a) BDP. The standard is met when the offeror provides a letter that shows active status within the SBA 8(a) BDP through at least the date of award or contract performance start date, whichever is the latter. 2. Quality Control Plan: The offeror shall submit a quality control plan that addresses Performance Work Statement (Attachment 1) at both the Service Summary area identified in Section 2 and the Air Force Standards identified by Appendix A. At a minimum, the plan shall specifically address the contractor's strategy to provide quality workmanship, continual process improvement and for correcting deficiencies as required. The standard is met when the QCP addresses the contractor's strategy for meeting the requirements of the Performance Work Statement Service Summary and Appendix A. FAR 52.212-1, paragraph (c), is changed to read: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government�s past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. 52.212-2, Evaluation � Commercial Items (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 � Price Factor 2 � Technical Factor 3 - Past Performance Technical and past performance, when combined, are equally important when compared to price. The Government intends to award one contract for this competitive, 8(a) acquisition. Award will be made to the lowest priced technically acceptable offeror with acceptable responses to the two technical factors and has acceptable past performance who is deemed responsible IAW FAR 9.104 and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. Unless specifically identified in your proposal, by submission of its offer the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in a proposal being determined ineligible for award. This contract will be awarded as Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ). It is the Government's intent to evaluate proposals and award a contract in accordance with (IAW) FAR 13.106. FAR Part 15 based evaluations will NOT be used for this acquisition. The initial proposal should contain your best terms; however, the Government reserves the right to conduct interchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise proposals. The eval process will be conducted as follows: Price Evaluation The Government will rank proposals based on an initial assessment of offeror�s total evaluated price (TEP), followed by a full evaluation of Technical Acceptability and Price Reasonableness as follows: Rank by Total Evaluated Price, as submitted. The Government will rank all proposals by the initially proposed TEP, from lowest to highest, including all ordering periods. An offeror's proposed estimated TEP will be determined by multiplying the estimated quantities by the proposed unit price for each CLIN. The extended amount for each CLIN will be totaled to obtain the estimated total for each performance period. The estimated total for the basic performance period will then be added to the estimated total for each ordering period to obtain the TEP. The TEP consists of the base and all ordering periods. The contract will include FAR Clause 52.217-8, Option to Extend Services, with the potential to extend the contract an additional six (6) months beyond the awarded contract performance period. The price for that period will be determined based on the unit prices proposed for the current period of performance and will be evaluated at time of award. In the event the Government requires continued performance, the Government's evaluation of prices proposed will be considered fair and reasonable as applied to an extension of services IAW FAR 52.217-8. Should an extension of services be required, rates will only be adjusted due to revisions on applicable prevailing Department of Labor wage rates. Technical Evaluation If the Government received three or fewer initial proposals, all proposals will be evaluated for Technical Acceptability. If the Government receives more than three proposals, the Government will only select the three lowest priced proposals and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional proposals for Technical Acceptability if in the Government's best interest. If additional proposals are evaluated for Technical Acceptability, they will be selected in the order of total evaluated price. Technical Acceptable/Unacceptable Rating Method The technical rating reflects the evaluation of the acceptability of the offeror's technical approach for meeting the Government's requirement. The offeror's proposal shall be evaluated to determine whether the proposal is acceptable or unacceptable. The evaluation factors listed below in 1.3.1 will be evaluated and receive one of the following ratings: Adjectival Rating Technical Description Acceptable The proposal clearly meets the minimum requirements of the solicitation. Unacceptable The proposal does not clearly meet the minimum requirements of the solicitation. Evaluation of Technical Proposal Technical Factor #1 - SBA 8(a) Business Development Program (BDP) participant: Standard: The offeror shall supply a letter from the Small Business Administration that verifies the current active status within the SBA 8(a) BDP. The standard has been met when: the offeror provides a letter that shows active status within the SBA 8(a) BDP through at least the date of award or contract performance start date, whichever is the latter. Technical Factor #2 - Quality Control: Standard: The offeror shall submit a quality control plan that addresses Performance Work Statement (PWS) at the Service Summary area identified in sections of the Air Force Standards identified by the listed Appendix. At a minimum, the plan shall specifically address the contractor�s to provide quality workmanship, continual process improvement and for correcting deficiencies as required. The standard has been met when: the Quality Control Plan (QCP) addresses the contractor�s strategy for meeting the requirements of the PWS and aforementioned Appendix. Past Performance Evaluation: The Government will evaluate past performance, specifically information on relevant and recent contracts obtained from the references provided by the offeror, and the use of past performance questionnaires (Attachment 4) as well as additional means (such as the Contractor Performance Assessment Reporting System CPARS) and Federal Awardee Performance and Integrity Information System (FAPIIS). If the Offeror has one or more active FAPIIS exclusions, the overall rating is Unacceptable, and the proposal will not be evaluated further. Recent is defined as contracts performed within the last three years of the date this solicitation closes. Relevant is defined as a contract(s) that required the offeror to perform custodial services at multiple buildings (regardless of restroom, carpet and hard floor square footages.) similar to that of the effort required by the Performance Work Statement contained in this solicitation. Past Performance will be evaluated on an Acceptable/Unacceptable as well as a Recent/Relevant Recent basis. Adjectival Rating Past Performance Description Acceptable Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown (see note below). Unacceptable Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. 6. QUESTIONS AND ANSWERS: All questions must be submitted via email to Addlene Williams at addlene.williams.6@us.af.mil. The deadline for submitting questions is Thursday, 9 October 2025 at 10:00 AM PDT. Questions submitted after the aforementioned cutoff date and time will not be reviewed or answered. The answers will be provided by Thursday, 16 Oct 2025 at 2:00 PM PST. All responses to questions will be posted to SAM.gov for viewing. 7. Proposals are due no later than Thursday, 30 October at 10:00am PST. Only offers submitted electronically, via email, will be considered for this requirement. Submit offers to Addlene Williams at addlene.williams.6@us.af.mil. Include the solicitation number, F3G3CE5230A001, in the Subject Line of the email to ensure prompt receipt of your proposal. Offers that do not include a complete proposal will be deemed unresponsive and will not considered for award. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services (Dec 2022) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Mar 2023) FAR 52.219-1 - Small Business Program Representations (Mar 2023) FAR 52.222-41 � Service Contract Labor Standards (Aug 2018) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Jan 2023) AFFARS 5352.201-9101 - Ombudsman (Oct 2019) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Oct 2019) Attachment 1 - PWS � 99 CES Custodial Services Attachment 2 - Price Sheet Attachment 3 � Past Performance Questionnaire (PPQ) Attachment 4 - Wage Determination, WD2015-5593 Rev.29
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/484c417113b44996b4a2927c4c03addd/view)
- Place of Performance
- Address: Nellis AFB, NV 89191, USA
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN07608624-F 20251002/250930230039 (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 |