Skip to content
General Services Administration

Custodial & Related Services - Dulles International Airport and Reagan National Airport

Solicitation: VA0870ZZ-DC0702ZZ
Notice ID: db1b3a22ef704bf6b8c2266be5630d20

Sources Sought from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: DC. Response deadline: Feb 20, 2026. Industry: NAICS 561720 • PSC S201.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,323,511
Sector total $921,599,318 • Share 0.8%
Live
Median
$110,352
P10–P90
$73,636$1,079,427
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,323,511)
Deal sizing
$110,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Paul Lindinger
Email
Paul.Lindinger@gsa.gov
Phone
Not available
Name
Amanda Beck
Email
Amanda.Beck@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS FACILITY MANAGEMENT EAST - BRANCH A
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 561720

Description

SOURCES SOUGHT NOTICE

FOR

Custodial & Related Services at Dulles International Airport at Sterling, Virginia and Reagan National Airport Office Space, Hangar 3, and Hangar 6 at Washington, D.C.

This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement.

The General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Facility Management Contracting Division - East, is seeking information on technically capable, and otherwise responsible, general contractors (GC) for the anticipated solicitation for Custodial & Related Services.

Description of Intended Contract:

A Firm Fixed Price IDIQ contract with a Base Year and Four (4) Option Year is contemplated. The anticipated period of performance is 06/01/2026 – 05/31/2031.

General Description of Services:

Custodial & Related Services for the above-mentioned locations consist of standard and above standard services. The Contractor shall provide all Management, Supervision, Parts, Material, Labor, Supplies, Tools, and Equipment for all services described in the Performance Work Statement.

The Cleanable Square Footage at the Dulles International Airport location is 49,564 square feet.

The Cleanable Square Footage at the Reagan National Airport and Hangars 3 and 6 is 27,114 square feet.

Location:

  • Dulles International Airport at Sterling, Virginia
  • Reagan National Airport Office Space, Hangar 3, and Hangar 6 at Washington, D.C.

Size Standard:

The applicable NAICS code is 561720 –  Janitorial Services with a size standard of $22 Million.

Selection Procedures:

The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements.  Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors where non-price factors are considered more important than price.

Response Information:

Responses must be submitted via email no later than February 20, 2026 at 2:00 PM (EST) to Contracting Officer Paul Lindinger at Paul.Lindinger@gsa.gov and Contract Specialist Amanda Beck at Amanda.Beck@gsa.gov .

Responses should include:

  • Business name, address, and point of contact information
  • Unique Entity ID for SAM.gov
  • Business size and type: 8(a), HUBZone, Women-Owned, Service-Disabled Veteran-Owned, Veteran Owned, etc.

Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses. 

Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.Sam.Gov.  A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The General Services Administration is conducting a Sources Sought Notice for Custodial & Related Services at Dulles International Airport and Reagan National Airport. This opportunity involves a proposed Firm Fixed Price IDIQ contract spanning from June 1, 2026, to May 31, 2031, with potential best-value source-selection processes for contractors. Both locations consist of a total cleanable square footage of 76,678 square feet, comprising specific hangars and office space that require standard and above-standard custodial services.

What the buyer is trying to do

The buyer is assessing the market for qualified Small Business contractors capable of providing Custodial & Related Services for Dulles International Airport and Reagan National Airport, with particular attention to the ability to deliver both standard and enhanced services.

Work breakdown
  • Assess contractor capabilities for custodial services
  • Identify management and supervision requirements
  • Detail parts, material, and labor needs
  • Outline tools and equipment requirements
  • Determine response submission process
Response package checklist
  • Business name and address
  • Point of contact information
  • Unique Entity ID for SAM.gov
  • Business size and ownership type classifications
  • Responses to any specific questions posed by the agency
Suggested keywords
Custodial ServicesDulles International AirportReagan National AirportSources SoughtFirm Fixed PriceSmall Business ContractorGeneral Services Administration
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details on the Performance Work Statement (PWS) requirements are not provided
  • Exact submission instructions for the response are vague
  • Potential specific dates for when a solicitation may be published are unknown
  • Details on how the selection criteria will weigh price versus technical merit are missing
  • Further clarification on the transition process for awarded contractors is lacking

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.