Janitorial Services at US Military Recruiting Stations in Danville and Roanoke, Virginia
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 02, 2026. Industry: NAICS 561720 • PSC S201.
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.
Point of Contact
Agency & Office
More in NAICS 561720
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.
The U.S. Army Corps of Engineers – Norfolk District is anticipating a future procurement for a firm-fixed-price services contract for Janitorial Services in Danville, VA and Roanoke, VA.
Description of Work:
The U.S. Army Corps of Engineers – Norfolk District is seeking eligible firms capable of performing all necessary labor, supervision, management, transportation, tools, equipment, materials, and supplies to perform custodial services in accordance with the highest industry standards. Janitorial service applies to all designated spaces, including, but not limited to, halls, restrooms, offices, work areas, entranceways, lobbies, common areas, test room areas and storage room areas. Norfolk District intends to award a firm-fixed price contract providing janitorial services for the buildings in Danville, VA (3,800 SF) and Roanoke, VA. The period of performance will one (1) base year plus two (2) option years (if exercised).
NAICS Code 561720, Janitorial Services, applies to this project. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
Sources are sought for all interested firms with a NAICS code of 561720 with a small business size standard of $22,000,000.
Period of Performance:
The term of this contract is for one (1) base year with two (2) option years.
INDUSTRY SURVEY
The following confidential survey questionnaire is designed to apprise the Corps of prospective contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Janitorial Services project in Danville, VA and Roanoke, VA.
- Please provide company’s name, address, point of contact, phone number, and e-mail address. Please also include your firm’s governmental CAGE code and Unique Entity Identifier (UEI).
- Would you be interested in proposing on the solicitation when it is issued? If the answer is No, please explain why not?
- Please describe your firm's capacity to perform a contract of this magnitude and complexity.
- Please provide examples of your capability to successfully execute contracts of similar nature by detailing comparable work performed with brief descriptions of similar previous projects performed. Please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact(s) and phone number, as a reference of relevant experience.
- Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
- Please provide your firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information.
- What is your bonding capacity per contract? What is your total bonding capacity?
- What is your firm’s business size—large or small? If the firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB).
Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available.
The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs—(8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned.
Please submit capability packages and responses to the above questions via email to Caleb Bookout at brian.c.bookout@usace.army.mil, copying Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil. Responses must be submitted no later than 2 March 2026.
The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home.
All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov . Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
A map depicting the difference between the two locations has been provided as an attachment.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
USACE Norfolk District (Dept of the Army) issued a Sources Sought (W9123626S1B7P) for a future firm-fixed-price janitorial services contract covering recruiting station facilities in Danville, VA (3,800 SF) and Roanoke, VA. The contemplated period of performance is one base year plus two option years, and the applicable NAICS is 561720 with a $22,000,000 small business size standard. Responses are due by 2 March 2026 at 17:00 UTC via email to brian.c.bookout@usace.army.mil with a copy to tiffany.n.kirtsey@usace.army.mil. The government is collecting concise narrative capability information only and will use it to determine the acquisition strategy (no solicitation/specs available yet).
Assess the market (including socio-economic categories and teaming/JV approaches) for providing recurring custodial services—labor, supervision/management, transportation, tools/equipment, materials, and supplies—at two Virginia recruiting station locations, to support a future firm-fixed-price award decision and acquisition strategy.
- Provide all labor, supervision, and management to perform custodial/janitorial services to “highest industry standards.”
- Provide transportation, tools, equipment, materials, and supplies necessary for cleaning.
- Clean designated spaces including halls, restrooms, offices, work areas, entranceways, lobbies, common areas, test room areas, and storage room areas.
- Service two locations: Danville, VA facility (3,800 SF) and a facility in Roanoke, VA.
- Perform over a contemplated term of 1 base year + 2 option years (if exercised).
- Company name, address, point of contact, phone number, and email address.
- CAGE code and UEI.
- Statement of interest in proposing when the solicitation is issued (and explanation if not interested).
- Narrative describing capacity to perform a contract of this magnitude/complexity (two-site janitorial service; 1 base + 2 options).
- Comparable past performance examples: brief descriptions of similar projects, customer/agency, dollar value, and reference POC name/phone.
- Proposed role/structure: sole prime, prime with subcontractor(s), or joint venture.
- Existing joint ventures / mentor-protégé / teaming arrangements information (if any).
- Bonding capacity per contract and total bonding capacity (as requested).
- Business size (large or small) and, if small, identify any SB category (SB, SDB, 8(a), HUBZone, SDVOSB, WOSB).
- List all socio-economic categories the company belongs to (as requested).
- Submission email to brian.c.bookout@usace.army.mil and copy tiffany.n.kirtsey@usace.army.mil by 2 March 2026 (17:00 UTC deadline per notice metadata).
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Roanoke, VA facility square footage and both sites’ exact addresses/access constraints
- Cleaning frequency/task schedule and any performance/QASP details
- Whether any set-aside is planned (none stated yet)
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.