- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
AFNORTH Interior & Exterior Cleaning
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 10, 2026. Industry: NAICS 561720 • PSC S201.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 27 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561720
Description
The Department of the Air Force, 325th Contracting Squadron (CONS), is seeking potential sources to perform interior and exterior cleaning services for the AFNORTH Complex (buildings 1210, 1212, 1214) at Tyndall AFB, FL. This includes cleanining of the common area interior walls, interior/exterior windows, interior light fixtures, gutter cleaning and pressure washing of the exterior walls and sidewalks for AFNORTH (1AF) at Tyndall AFB, FL. The contractor will perform all work in accordance with the Draft Performance Work Statement (PWS), all applicable laws, regulations, Headquarters Air Force standards, instructions, and commercial practices.
DISCLAIMER:
This is NOT a pre-solicitation notice pursuant to FAR Part 5. This sources sought notice is for informational and planning purposes only. It does not constitute a synopsis or solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for contract award. When the solicitation is issued, it wil lbe announced on the Federal Business Opportunities website and all interested parties shall obtain the solicitation from this website.
NORTH AMERICAN INDUSTRY CLASSIFICATION (NAICS) CODE:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561720, Janitorial Services, with the corresponding size standard of $22,000,000.
VENDOR RESPONSE/REQUIRED CAPABILITIES:
It is requested that vendors respond to this sources sought notice with information in sufficient detail regarding their capabilities and capacity to satisfy the requirement. The Government is contemplating a Firm Fixed Price (FFP) as the appropriate contract type applicable to the requirement.
See the attached Draft Performance Work Statement (PWS). Potential offerors are encouraged to provide feedback on the Draft PWS content. The Government may not respond to or publish comments, resulting actions, changes, etc.; however, the draft PWS may or may not be revised based on feedback provided. Potential offerors are cautioned that proposals must be based on the actual RFQ, once posted, and not posted draft documents.
SUMISSION DETAILS/INFORMATION SOUGHT BY THE GOVERNMENT:
1. Your general company information, to include: company names, address, point of contact, phone number, e-mail address, Commercial and Government Entity (CAGE) Code, Unique Entity ID, Business Size (i.e., Small Business, Other than Small), and NAICS code(s) the company usually performs under.
2. Capabilities statement providing sufficient information describing the ability to accomodate the requirements.
3. Feedback on the Draft PWS (if applicable)
Note: any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. The webiste is https://www.sam.gov. Registration requires applicants to have a Unique Entity ID. Registration may take up to three weeks to process.
ALL SUBMISSIONS MUST BE RECEIVED NO LATER THAN 2:00PM CENTRAL TIME ON FRIDAY, 10 APRIL 2026. PACKAGES CAN BE SENT ELECTRONICALLY TO MS. SHAWNA MORRIS at shawna.morris.2@us.af.mil and MS. CANDACE ROBINSON at candace.robinson.1@us.af.mil. Oral and mailed communications ARE NOT acceptable in response to this notice.
The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the prupose intended.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.