Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOURCES SOUGHT

S -- Joint Base Charleston Custodial Services

Notice Date
9/16/2025 7:32:42 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441825CUSTODIAL
 
Response Due
10/6/2025 8:00:00 AM
 
Archive Date
10/21/2025
 
Point of Contact
Stephanie R. Woods, Phone: 8439634502
 
E-Mail Address
stephanie.woods.7@us.af.mil
(stephanie.woods.7@us.af.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
SOURCES SOUGHT: THIS IS NOT A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION FOR PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. Joint Base Charleston anticipates this requirement to remain under the 8(a) small business program. The North American Industry Classification Systems (NAICS) Code proposed 561720. The size standard for NAICS is $22 Million. Purpose: The purpose of this sources sought is to seek out commercial contractor services that can provide all management, tools, supplies, equipment, and labor necessary to ensure custodial services are performed at Joint Base Charleston, 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. The Contractor shall accomplish all cleaning tasks and be required to provide and replenish appropriate supplies including trash liners, toilet paper, paper towels, and hand soap in restrooms and other areas identified. Additionally, the contractor will adhere to Joint Base Custodial Common Levels of Service Standards, which establishes minimum cleaning frequencies. Request: Scope of work consists of cleaning and vacuuming non-carpeted floors, carpeted floors, stairways, elevators, handicap lifts, and floor mats. Moreover, trash and recycling collection as well as dusting, cleaning of vertical surfaces below six feet. Restroom/locker rooms shall be cleaned and disinfected to include drinking fountains which are typically in close proximity. Joint Base Charleston has special requirement facilities, they include Child Development Centers, Youth Centers, and Fitness Centers that require more frequent and stringent custodial services. Overall, there are approximately 1,472,832 SF that requires servicing. The facilities for this requirement are located at two geographical locations within JB CHS jurisdiction. Air Base, North Charleston and Weapons Station, Goose Creek. Attached is a copy of the draft PWS and a Market Research Questionnaire. We ask that you complete the Market Research Questionnaire and email it back to our office along with any questions or insight that you may have in regard to the PWS in order for us to better communicate the requirement to commercial sources. In addition to your package, please include a Capability Statement with your UEI and Cage Code. Additional Information: The government is interested in all small businesses including 8(a), Historically Underutilized Business (HUB) Zone, Service-Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, economically disadvantaged women-owned small business (EDWOSB). The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUB Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the contractor�s responses will factor into any necessary alterations to the PWS. Responses should be submitted electronically to the following e-mail address: stephanie.woods.7@us.af.mil RESPONSES ARE DUE NO LATER THAN 6 October 2025, at 11:00 AM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/223779589bc34d04b680f3a19d9a022d/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07593417-F 20250918/250916230048 (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!  © 1994-2024, Loren Data Corp.