Hamden, CT Janitorial
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) Forest Service, Northern Research Station is soliciting proposals for Janitorial Services for its facilities in Hamden, CT. This is a performance-based, Firm Fixed-Price requirements contract set aside for Total Small Businesses. The contract includes a base year and four option years. Offers are due by February 8th, 2026, at 2359 CST.
Scope of Work
The contractor will provide comprehensive custodial services for the Hamden Main Office Building (approximately 19,000 SF across 3 floors) and the Insect Rearing Facility (IRF) (approximately 3,750 SF, single-story) located at 51 Mill Pond Road, Hamden, CT. Services include:
- Basic Cleaning: Weekly (e.g., floors, trash, dusting).
- Restroom & Breakroom Cleaning: Three times weekly (cleaning, disinfecting, stocking).
- Laboratory Cleaning: Weekly (emptying trash/recycling only).
- Periodic Cleaning: Every six months (e.g., floor stripping/waxing, carpet shampooing, window cleaning).
- As-Requested Services: Hourly basis for special tasks. The contractor is responsible for furnishing all personnel, materials, equipment, and supplies, while the Government will provide specific items like paper towels and toilet paper. Services are to be performed Monday, Wednesday, and Friday, 8:00 AM to 5:00 PM, excluding Federal Holidays.
Contract Details
- Contract Type: Firm Fixed-Price requirements contract.
- Period of Performance: One (1) base year (anticipated February 23, 2026, to February 22, 2027) and four (4) one-year option periods, for a total potential duration of five years.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 561720 (Janitorial Services) with a $22 Million size standard.
Evaluation Factors
Award will be made to the offeror with the highest technically rated quotation that also has fair and reasonable pricing and acceptable or neutral past performance. Evaluation factors include:
- Technical Approach: Soundness, compliance, and demonstrated understanding of requirements.
- Price: Total price for base and all option periods, assessed for fairness and reasonableness.
- Past Performance: Evaluated as Acceptable or Neutral. Tradeoffs will not be conducted, and award will not necessarily go to the lowest-priced offeror. Offers must remain firm for 90 calendar days.
Key Dates & Actions
- Site Visit: Highly encouraged on February 3rd, 2026, from 10:00 AM to 12:00 PM at 51 Mill Pond Road, Hamden, CT. RSVP to Paul Moore (paul.moore2@usda.gov) or James Anderson (james.anderson@usda.gov).
- Questions Due: No later than February 5th, 2026, at 1700 CST via email to christopher.j.hamilton@usda.gov.
- Offers Due: No later than February 8th, 2026, at 2359 CST via email to christopher.j.hamilton@usda.gov.
Important Notes
Bidders must review the Performance Work Statement (PWS) for detailed requirements and the Quality Assurance Surveillance Plan (QASP) to understand performance monitoring. Required attachments include an Experience Questionnaire, Past Performance Questionnaire, and a Schedule of Items for pricing. The Service Contract Act Wage Determination applies and must be factored into pricing. An amendment updated clauses 52.222-41, 52.222-42, and 52.222-43.