Janitorial Service Base+4 - Temple TX
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 (ARS) is soliciting quotations for Janitorial Services at its Grassland, Soil & Water Research Laboratory in Temple, TX. This opportunity, identified as RFQ 1232SA26Q0221, is designated as a Total Small Business Set-Aside. The government anticipates awarding a firm-fixed-price purchase order for a base year and four option years.
Scope of Work
The contractor will provide comprehensive janitorial services, including all personnel, equipment, supplies, and supervision. Services encompass daily, twice-weekly, weekly, monthly, quarterly, and semi-annual tasks for various areas such as offices, laboratories, restrooms, conference rooms, lunchrooms, and entry-foyers. Specific tasks include sweeping, dusting, mopping, vacuuming, trash removal, cleaning/disinfecting, and floor maintenance. Work hours are generally 5:00 PM - 9:30 PM CT, Monday-Friday.
Contract Details
- Type: Firm-Fixed-Price Purchase Order
- Period of Performance: One (1) base year and four (4) one-year option periods, totaling up to five years.
- Place of Performance: USDA-ARS, Grassland, Soil & Water Research Laboratory, 808 East Blackland Road, Temple, TX 76502.
- Delivery Information: F.o.b. destination.
- Invoicing: Via the Department of Treasury's Invoice Processing Platform (IPP).
Set-Aside
This is a Total Small Business Set-Aside (FAR 19.5).
Key Requirements
Offerors must comply with Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses, as updated by Amendment 0001. The Service Contract Labor Standards apply, with specific wage determinations for Bell and Coryell Counties, TX. Contractor employees must adhere to PIV card policies and security requirements. Required insurance includes Workers' Compensation, General Liability, and Automobile Liability.
Submission & Evaluation
- Submission: Quotations must be submitted electronically via email to the point of contact. Attachment 4 (Schedule and Transmittal Summary) is mandatory for pricing and business information.
- Inquiries: Due 48 hours prior to the "Date Offers Due" (not explicitly stated in documents).
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Price: Must be submitted for all line items in Attachment 4.
- Technical Acceptability: Evaluated as "acceptable" or "unacceptable" based on demonstrated capability.
- Past Performance: Evaluated as "Acceptable," "Neutral," or "Unacceptable" using CPARS, SAM.gov UEI, and other sources.
Site Visit
A site visit is urged and expected. It is scheduled for February 26, 2026, from 10:00 AM to 11:00 AM Central Time at Main Building 4, 808 East Blackland Road, Temple, TX. Contact Douglas Smith (douglas.r.smith@usda.gov, 254-545-2786) for details.
Important Notes
Offerors are responsible for monitoring SAM.gov for all solicitation documents and amendments. No hard copy materials are available. The USDA Ombudsman Program is available for agency protests.