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 proposals for Annual Janitorial Services for the National Agricultural Library (NAL) facility in Beltsville, Maryland. This is a Total Small Business Set-Aside for a firm-fixed price requirements contract with a one-year base period and four one-year option periods, totaling five years. The acquisition falls under NAICS 561720 ($22.0 Million size standard). Proposals are due March 13, 2026.
Scope of Work
The contractor will provide comprehensive janitorial support services for the NAL facility, which spans approximately 185,700 square feet, houses around 250 employees, and receives about 10,000 visitors annually. Services include:
- Trash collection, recycling, and removal.
- Maintenance of non-carpeted and carpeted floors (sweeping, mopping, buffing, vacuuming with HEPA vacuums, shampooing/steam cleaning).
- Daily cleaning and disinfection of 35 restrooms.
- Miscellaneous cleaning of glass doors, walls, elevators, common areas, drinking fountains, stairways, and light fixtures.
- Specialized cleaning procedures for the 5th Floor Special Collections area, requiring government-provided equipment and strict adherence to security and environmental protocols.
- Compliance with health and safety protocols, including the use of EPA-registered disinfectants for SARS-CoV-2 on high-touch areas.
Contract Details
- Contract Type: Firm-Fixed Price Requirements Contract
- Duration: One (1) base year + four (4) one-year option periods (total 5 years).
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 561720 (Janitorial Services), Size Standard: $22.0 Million.
- 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.
- Government Furnished Items: Electrical power, utilities, specific cleaning equipment (vacuums, floor scrubbers/buffers), office space, radio, phone, copier/facsimile, and janitorial closet space.
- Contractor Provided Items: All other cleaning supplies and equipment, including MSDS sheets. Preference for recycled, bio-based, concentrated, and biodegradable products.
- Personnel Requirements: Uniforms, USDA badges, background checks, and compliance with NAL, ARS, USDA policies. Annual training on asbestos awareness, flooring cleaning, equipment use, and safety is required.
Evaluation and Award
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) method in accordance with FAR 12.203.
- Technical Acceptability: Proposals must demonstrate a sound and compliant approach, thoroughly addressing PWS sections 3.0, 4.0, and 5.0. Discussions are not anticipated, so exceptions may lead to an "unacceptable" rating.
- Past Performance: Evaluated as "acceptable," "neutral," or "unacceptable" based on references, USDA history, CPARS, and other federal sources.
- Price: Total price evaluation will include the base period, all option periods, and a potential six-month extension under FAR 52.217-8. Pricing must be fair and reasonable.
- Performance Monitoring: A Quality Assurance Surveillance Plan (QASP) will be used, with performance evaluated based on results, customer satisfaction, and inspections. Acceptable Quality Levels (AQL) are generally 95%, with specific limits on customer complaints. Failure to meet standards may result in deductions or contract termination.
Key Dates & Actions
- Site Visit RSVP: February 11, 2026, 3:00 PM Central Time (email lynn.hults@usda.gov).
- Site Visit: February 12, 2026, 10:00 AM Eastern Time.
- Questions Due: February 24, 2026, 3:00 PM Central Time (email lynn.hults@usda.gov).
- Proposals Due: March 13, 2026, 5:00 PM Eastern Time (21:00:00Z).
- Contact: Lynn Hults, lynn.hults@usda.gov, 912-464-9723.
Additional Information
This solicitation incorporates various FAR and AGAR clauses by reference, including new Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance requirements (AGAR 452.203-71). Offerors must certify compliance with these provisions. The USDA Ombudsman Program is available for agency protests.