Annual NAL Facilities Janitorial Services with 4 Option Years
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) is soliciting quotations for Annual Janitorial Services for the National Agricultural Library (NAL) in Beltsville, MD, with four option years. This Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive custodial services, ensuring a clean and professional environment for approximately 250 employees and 10,000 annual visitors. The award will be a firm-fixed price requirements contract based on the Lowest Price Technically Acceptable (LPTA) method. Quotations are due February 27, 2026.
Scope of Work
The contractor will provide all supervision, labor, supplies, materials, equipment, and training for janitorial services across approximately 185,700 square feet of the NAL facility. Key tasks include:
- Trash Collection, Recycling, and Removal: Emptying receptacles, disposing of waste, and maintaining exterior areas.
- Floor Maintenance: Sweeping, mopping, buffing, stripping, and waxing non-carpeted floors; vacuuming, spill cleaning, and annual shampoo/steam cleaning of carpeted areas.
- Restroom Maintenance: Daily cleaning, disinfection, and supply replenishment.
- Miscellaneous Cleaning: Cleaning glass doors, walls, elevators, dusting common areas, cleaning drinking fountains, stairways, ceilings, light fixtures, blinds, drapes, furniture, cabinets, and bookshelves.
- Special Collections (5th Floor): Specific cleaning procedures using government-provided equipment, adhering to security and environmental requirements.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 1232SA26Q0114
- Contract Type: Firm-Fixed Price Requirements Contract
- Duration: One 1-year base period and four 1-year option periods (total 5 years).
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, $22.0 Million size standard).
- Place of Performance: National Agricultural Library, 10301 Baltimore Ave, Beltsville, MD 20705.
- Service Hours: 8:00 a.m. to 6:30 p.m., Monday through Friday, excluding federal holidays.
Key Dates & Actions
- Questions Due: February 24, 2026, 3:00 PM Central Time. Submit to lynn.hults@usda.gov.
- Site Visit: Thursday, February 12, 2026, 10:00 AM Eastern Time. RSVP by February 11, 2026, 3:00 PM Central Time to lynn.hults@usda.gov.
- Quotations Due: February 27, 2026, 5:00 PM Eastern Time.
- Offer Acceptance Period: 90 calendar days from the receipt date.
Evaluation & Award
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach in accordance with FAR 12.203.
- Technical Acceptability: Quotations must demonstrate a sound, compliant approach, addressing PWS sections 3.0, 4.0, and 5.0. Exceptions may lead to an "unacceptable" rating. Discussions are not anticipated.
- Past Performance: Evaluated as "acceptable," "neutral," or "unacceptable" based on references, USDA history, CPARS, and other federal sources.
- Price: Total price evaluation includes the base period, all option periods, and a potential six-month extension under FAR 52.217-8. Pricing will be assessed for fairness and reasonableness. The lowest-priced offer will be evaluated first for technical acceptability.
Special Requirements
- Wage Rates: The Service Contract Labor Standards apply. Wage Determination specifies minimum rates (e.g., Janitor: $17.84/hr) and fringe benefits.
- Quality Control: Contractor must implement a Quality Control Plan (QCP) for self-inspection and corrective actions. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) with specific Acceptable Quality Levels (AQLs) and limits on customer complaints.
- Personnel: Uniforms, name badges, background checks, and USDA site badges are mandatory. Annual training on asbestos awareness, flooring, equipment, and safety is required.
- Government-Furnished Items: Includes electrical power, utilities, specific cleaning equipment (vacuums, floor scrubbers/buffers), office space, and communication tools.
- Contractor-Provided Items: All other cleaning supplies and equipment, with a preference for eco-friendly products.
- Anti-Discrimination/DEI: Offerors must certify compliance with federal anti-discrimination laws and Equal Protection principles, and that no programs violate these principles (AGAR 452.203-70/71).
Attachments
Key documents include the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), LPTA Evaluation Criteria, and Wage Rates.