Cleaning Services at the Foreign Disease Weed Science Research Unit
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) recently sought proposals for Cleaning Services at the Foreign Disease Weed Science Research Unit (FDWSRU) located on Fort Detrick in Frederick, Maryland. This opportunity was a Total Small Business Set-Aside (Solicitation 1232SA26Q0024) for a firm-fixed price purchase order covering janitorial services across two buildings. The period of performance is expected to run from January 12, 2026, to September 27, 2026. The deadline for questions was January 5, 2026, indicating the solicitation is likely closed, with an award notice anticipated on March 2, 2026.
Scope of Work
The contractor was to provide comprehensive janitorial services, including labor, transportation, and supervision, for two buildings: 1301 Ditto Avenue and 374 Beasley Drive. Services are required weekly and cover laboratories, material handling rooms, locker/change rooms, and corridors. Specific tasks include emptying wastebaskets, mopping/sweeping floors, dusting, cleaning/sanitizing restrooms, and vacuuming. The FDWSRU will provide most cleaning supplies, such as paper products, soaps, disinfectants, mops, and vacuum cleaners. Certain areas are considered plant pathogen containment areas (similar to BSL-3 facilities) and require specialized protocols. The total area to be serviced is 7545 sq ft.
Contract & Timeline
- Opportunity Type: Solicitation (for an upcoming Award Notice)
- Solicitation Number: 1232SA26Q0024
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: January 12, 2026 – September 27, 2026
- Deadline for Questions: January 5, 2026, at 4:00 PM Central Time (Passed)
- Anticipated Award Notice Publication: March 2, 2026
Submission & Evaluation
Quotes were to be submitted electronically to jessica.pacheco@usda.gov. Evaluation was based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical Acceptability assessed the offeror's sound and compliant approach, while Past Performance was rated as "acceptable," "neutral," or "unacceptable." The lowest-priced offer was evaluated first for technical acceptability. Offerors were required to provide a detailed explanation of their ability to perform the services and experience with similar projects within the last five years.
Special Requirements
All personnel require a Tier 2 security clearance for entry into Biosafety Level 3 (BSL3) facilities. Until adjudicated, personnel will be escorted. Specific protocols for entering and exiting BSL3 "hot" side facilities, including changing into provided garments and showering, must be followed. A minimum of two staff members is required, and supervisory presence is implied. Active SAM.gov registration was mandatory.
Additional Notes
This was a new requirement with no existing incumbent. Bidders were required to adhere to the U.S. Department of Labor's Service Contract Act Wage Determination for Maryland, which specifies minimum wage rates and fringe benefits (e.g., Health & Welfare $5.55/hour, Paid Sick Leave $5.09/hour). The contractor is not responsible for providing consumables like toilet paper, paper towels, or hand soap.