Annual NAL Facilities Janitorial Services with 4 Option Years

SOL #: 1232SA26Q0114Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Beltsville, MD

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Feb 27, 2026, 10:00 PM

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) facilities in Beltsville, Maryland. This is a Total Small Business Set-Aside opportunity, with a firm-fixed-price requirements contract anticipated for a base year and four option years. Quotations are due by February 27, 2026, at 5:00 PM ET.

Scope of Work

The contractor will provide all necessary supervision, labor, supplies, materials, equipment, and training for comprehensive custodial services. This includes basic cleaning, restroom maintenance, and refuse removal for approximately 185,700 square feet of the NAL facility, which houses about 80 employees and receives 10,000 annual visitors. Key tasks involve trash collection and recycling, non-carpet and carpeted floor maintenance (including buffing, stripping, waxing, and HEPA vacuuming), daily restroom cleaning and disinfection, and miscellaneous cleaning of various surfaces and common areas. Special cleaning procedures are required for the 5th Floor Special Collections area, utilizing government-provided equipment and supplies.

Contract Details

  • Contract Type: Firm-Fixed-Price Requirements Contract
  • Duration: One (1) one-year base period and four (4) one-year option periods, not exceeding five (5) years total.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561720 (Janitorial Services) with a $22.0 Million size standard.
  • Place of Performance: National Agricultural Library, 10301 Baltimore Ave, Beltsville, MD 20705.
  • Service Hours: Monday through Friday, 8:00 a.m. to 6:30 p.m., excluding federal holidays.

Evaluation and Award

Award will be made to the offeror representing the best value to the Government, following a Lowest Price Technically Acceptable (LPTA) methodology in accordance with FAR 12.203. Technical acceptability will be evaluated on a pass/fail basis, requiring a sound and compliant approach to the Performance Work Statement (PWS). Past performance will be assessed as acceptable, neutral, or unacceptable, considering references, USDA history, and CPARS. Pricing will be evaluated for fairness and reasonableness, including the base period, all option periods, and a potential six-month extension under FAR 52.217-8.

Key Dates & Contact

  • Questions Due: February 24, 2026, 3:00 PM Central Time, via email to lynn.hults@usda.gov.
  • Site Visit: A site visit was held on Thursday, February 12, 2026, at 10:00 AM Eastern Time. RSVP was required by February 11, 2026, 3:00 PM Central Time.
  • Quotation Response Due: February 27, 2026, 5:00 PM Eastern Time.
  • Contact: Lynn Hults, lynn.hults@usda.gov, 912-464-9723.

Special Requirements

Offerors must comply with significant AGAR clauses 452.203-70 and 452.203-71 regarding Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance and Certification, which are material terms of the contract. The contractor must develop and implement a Quality Control Plan (QCP), and performance will be monitored via a Quality Assurance Surveillance Plan (QASP) with specific Acceptable Quality Levels (AQLs) and customer complaint thresholds. Government-furnished equipment includes specific cleaning machines, office space, and utilities, while the contractor must provide all other supplies and equipment, prioritizing recycled, bio-based, and biodegradable products. Personnel require uniforms, USDA badges, and background checks, with annual training on safety and cleaning protocols.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View