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
SOLICITATION NOTICE

S -- Deep Floor Cleaning of Basement

Notice Date
1/23/2026 7:57:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017426SIMACQ1020034
 
Response Due
1/27/2026 5:00:00 AM
 
Archive Date
02/11/2026
 
Point of Contact
CHRISTINA E SIMPSON, Phone: 3017446627
 
E-Mail Address
CHRISTINA.E.SIMPSON.CIV@US.NAVY.MIL
(CHRISTINA.E.SIMPSON.CIV@US.NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Support Facility requires comprehensive detailing of the basement-level flooring. The total area encompasses approximately 9,000 square feet, including office and cubicle spaces. Flooring types include epoxy, vinyl, and carpet. The contractor shall provide all necessary labor, equipment, and materials to clean, detail, and restore the condition of the flooring. Cleaning services shall include mopping, scraping, waxing, buffing, carpet shampooing, and vacuuming. This deep-cleaning service is required to address ongoing health and safety concerns for personnel working in this environment. Due to the lack of routine upkeep under the current custodial contract, the flooring has accumulated dirt, residue, and potential allergens. This service is essential to restore sanitary conditions and prevent occupational health issues. All work must be conducted during non-standard business hours, either after hours or on weekends, to avoid disruption to facility operations. This requirement is a competitive service and quotes that are received will be evaluated on the best value basis (evaluation factors in order of importance 1. price, 2. technical). The task below are applicable to this requirement: Tasks and Requirements The contractor shall: Conduct a pre-cleaning walkthrough of the space to assess equipment and material needs. Move all chairs and trash/recycling bins out of the way as needed. Perform full mopping and scraping of all hard flooring surfaces. Apply and evenly distribute wax and buff all appropriate areas with hard flooring. Shampoo and deep-clean all carpeted areas using appropriate cleaning solutions. Vacuum all carpeted areas thoroughly after shampooing. Ensure all spaces are left dry, clean, and free of cleaning residue or odors. Dispose of any waste or byproducts in accordance with applicable regulations. Provide Safety Data Sheets (SDS) for all chemicals used during the cleaning process prior to beginning work. Implement odor control measures as necessary to address any residual odors post-cleaning. Schedule and Period of Performance The contractor shall begin work within one week of contract award. Work must be completed within a single day. Work shall take place during non-standard hours: ??- After 4:00 PM on weekdays ??- Or between 7:00 AM � 4:00 PM on a weekend The contractor shall provide a minimum of 48 hours� notice prior to the schedule start date and notify the Project Manager immediately if rescheduling is necessary. The contractor shall adhere to all relevant OSHA and EPA safety and environmental regulations. Proper personal protective equipment (PPE) shall be worn at all times. Equipment shall be operated in accordance with manufacturer safety guidelines. The contractor is responsible for identifying and immediately reporting any hazards, facility damage, or unsafe conditions to the designated Project Manager. The contractor shall maintain appropriate insurance coverage and liability protection for all personnel and operations on-site. Deliverables A pre-work plan outlining procedures, personnel, and equipment to be used (submitted for approval prior to the start of work). Completion of full floor detailing services in the basement of building aboard the base (the building will be provided to the vendor upon award). Post-cleaning report confirming that all work has been completed, including square footage serviced, chemicals/products used, and any issues encountered. The government will provide access to Building basement level and coordinate escort or key access as required. The government is responsible for moving all furniture, equipment, and any items off the floor and out of the way prior to the start of services (not to include chairs or trash/recycling bins) to facilitate thorough cleaning and detailing of all flooring surfaces. No government-furnished equipment or cleaning materials will be provided. The contractor is responsible for bringing all necessary tools, supplies, and cleaning agents. Acceptance Criteria The work will be considered successfully completed when: All flooring surfaces are clean, dry, and visibly free of debris, residue, or stains. Carpeted areas are thoroughly shampooed and vacuumed. Hard floors exhibit a clean, buffed, and polished finish. No areas are left unserviced within the defined 9,000 sq. ft. scope. A final inspection by the Project Manager confirms satisfactory completion. Buyers who are interested in bidding on this requirement may request pictures of the facility and a floor plan to better understand the scope of work. To receive the pictures and floor plan, please send a request to Christina Simpson at christina.e.simpson.civ@us.navy.mil Quotes that are received for this solicitation will be evaluated on the lowest price technically acceptable. Vendors should include a valid Cage Code on quote, and vendor should have an account in Wide Area Workflow (WAWF) for payment purposes. Shipping � Destination vs Origin �In the event shipping is not included in the overall price, the Vendor shall include all applicable shipping costs in its quote� �Quotes must be all-inclusive. If shipping is not included in the overall price, the Vendor is responsible for identifying and including all shipping costs in the quote.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7ef0b7d0aeba4b52a15cb2fc4a68d096/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07695487-F 20260125/260123230037 (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.