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 U.S. Department of Agriculture (USDA), Agricultural Research Service, is soliciting quotations for Annual Janitorial Services for the National Agricultural Library (NAL) facility in Beltsville, MD. This is a Total Small Business Set-Aside opportunity for a firm-fixed price requirements contract with a base year and four option years. The solicitation number is 1232SA26Q0114. Offers are due by March 13, 2026, at 5:00 PM ET.
Scope of Work
The contractor will provide all necessary supervision, labor, supplies, materials, and equipment for comprehensive custodial services across approximately 185,700 square feet of the NAL facility, which has a total size of 315,000 SF and includes 36 restrooms. Services must adhere to commercial standards and federal, state, and local laws. Key tasks include:
- Trash Collection, Recycling, and Removal: Daily.
- Floor Maintenance: Daily vacuuming of carpets (using HEPA vacuums), weekly mopping of non-carpeted areas, monthly buffing, and yearly stripping/waxing. Special attention to terrazzo, tile, and wood floors.
- Restroom Maintenance: Daily cleaning, disinfection, and restocking of supplies.
- Miscellaneous Cleaning: Daily cleaning of doors, walls, elevators, dusting, drinking fountains, stairways, and more. Specific protocols apply to the 5th-floor Special Collections area, requiring government-furnished equipment and staff escort.
- Health & Safety: Use of EPA-registered disinfectants for SARS-CoV-2 and adherence to asbestos awareness training for vinyl asbestos flooring.
Contract Details
- Contract Type: Firm-Fixed Price Requirements Contract.
- Duration: One (1) one-year base period and four (4) one-year option periods, not to exceed five (5) years total.
- 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: Monday through Friday, 8:00 a.m. to 6:30 p.m., excluding federal holidays.
- Wage Rates: Service Contract Labor Standards apply, with specific wage rates provided for Janitor ($17.84/hour) and Housekeeping Aide ($17.84/hour).
Evaluation & Award
Award will be made to the offeror representing the best value to the Government using a Lowest Price Technically Acceptable (LPTA) approach, in accordance with FAR 12.203. Technical acceptability requires a sound, compliant approach demonstrating understanding of the PWS. Past performance will be evaluated as acceptable, neutral, or unacceptable. Only the lowest-priced offer will be evaluated for technical acceptability first.
Key Dates & Actions
- Site Visit: February 12, 2026, at 10:00 AM ET. RSVP to lynn.hults@usda.gov by February 11, 2026, 3:00 PM CT.
- Questions Due: February 24, 2026, 3:00 PM CT, via email to lynn.hults@usda.gov.
- Offers Due: March 13, 2026, 5:00 PM ET.
- Contact: Lynn Hults, lynn.hults@usda.gov, 912-464-9723.
Special Considerations
Offerors must comply with the new AGAR 452.203-70 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Certification and AGAR 452.203-71 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance clauses. The USDA Ombudsman Program is available for agency protests.