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
Mar 13, 2026, 9:00 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 proposals for Annual Janitorial Services at the National Agricultural Library (NAL) in Beltsville, MD. This is a Total Small Business Set-Aside for a Firm-Fixed Price Requirements Contract with one base year and four option years, totaling five years. The contract aims to ensure a clean, neat, and professional appearance for the NAL facility. Quotations are due March 13, 2026.

Scope of Work

The contractor will provide all supervision, labor, supplies, materials, and equipment for custodial services across approximately 185,700 square feet of the NAL facility, which includes 36 restrooms. Key tasks include general cleaning, refuse removal (trash to compactor, recycling to loading dock bins), and comprehensive floor maintenance (daily vacuuming, weekly mopping, monthly buffing, and annual stripping/waxing). Specific cleaning protocols apply to the Special Collections area on the 5th Floor, requiring government-furnished equipment and staff escort. Window cleaning is limited to interior/exterior entrances and 14th-floor glass doors. Floors 6-13 require dust mopping, floor prep for buffing, and buffing.

Contract Details

  • Contract Type: Firm-Fixed Price Requirements Contract
  • Duration: One base year + four one-year option periods (total 5 years)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 561720 (Janitorial Services), Size Standard $22.0 Million
  • Wage Rates: Service Contract Labor Standards apply, with specified rates for Janitor and Housekeeping Aide ($17.84/hour).

Evaluation Criteria

Award will be made using a Lowest Price Technically Acceptable (LPTA) approach.

  • Technical Acceptability: Offerors must demonstrate a sound and compliant approach, meeting all PWS requirements (sections 3.0, 4.0, 5.0). Discussions are not anticipated.
  • Past Performance: Evaluated as "acceptable," "neutral," or "unacceptable" based on references, CPARS, and other federal sources.
  • Price: Evaluated for fairness and reasonableness, including the base period, all option periods, and a potential six-month extension under FAR 52.217-8.

Key Requirements & Deliverables

  • Quality Control: Contractor must implement a Quality Control Plan (QCP) and submit monthly performance management reports. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) with AQLs (100% for QCP, 95% for most services) and potential payment deductions for deficiencies.
  • Personnel: Uniforms, USDA site badges, and background checks (HSPD-12) are mandatory. A supervisor must be on-site or available during work hours.
  • Supplies: Contractor provides most cleaning supplies and equipment. Environmentally preferable, certified products (EPA Safer Choice or Green Seal) are required, focusing on PFAS elimination and high sanitation standards. MSDS sheets are necessary.
  • Training: Annual training on cleaning techniques, safety, customer service, and asbestos awareness is required.
  • Hours of Operation: Services are to be performed between 8:00 a.m. and 6:30 p.m., Monday through Friday, excluding federal holidays.

Important Dates & Contact

  • Site Visit: February 12, 2026, 10:00 AM ET (RSVP by Feb 11, 2026, 3:00 PM CT to lynn.hults@usda.gov)
  • Questions Due: February 24, 2026, 3:00 PM CT
  • Quotations Due: March 13, 2026, 4:00 PM ET
  • Contact: lynn Hults (lynn.hults@usda.gov)

People

Points of Contact

Files

Files

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