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 USDA Agricultural Research Service (ARS) is soliciting quotations for Janitorial Services at its Grassland, Soil & Water Research Laboratory in Temple, TX. This is a Total Small Business Set-Aside opportunity for a firm-fixed-price purchase order with one base year and four option years. Quotations are due by March 3, 2026, at 2:00 PM Central Time.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for comprehensive janitorial services. This includes daily, weekly, monthly, quarterly, and semi-annual tasks for various areas such as offices, laboratories, restrooms, conference rooms, and lunchrooms. Services are to be performed Monday through Friday, 5:00 PM - 9:30 PM Central Time. The government will provide consumables like trash bags and toilet tissue.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: One (1) base year and four (4) one-year option periods, not to exceed five years total.
- Place of Performance: USDA-ARS, Grassland, Soil & Water Research Laboratory, 808 East Blackland Road, Temple, TX 76502.
- Product Service Code: S201 (Custodial Janitorial Services)
- NAICS Code: 561720 (Janitorial Services) with a $22M size standard.
- Invoicing: Via the Department of Treasury's Invoice Processing Platform (IPP).
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside (FAR 19.5). All responsible small business concerns may submit a quotation. Compliance with Service Contract Labor Standards (SCLS) and the provided Wage Determination (2015_5237_R29) is mandatory.
Submission & Evaluation
- Submission: Quotations must be submitted electronically via email to the point of contact listed in the SAM.gov posting.
- Required Forms: Offerors must complete and submit "Attachment 4 Schedule and Transmittal Summary," providing business information, affirmations, and detailed pricing for all Contract Line Items (CLINs), including option periods.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be rated as "acceptable" or "unacceptable," and past performance will be evaluated using CPARS, SAM.gov UEI, and other sources.
- Inquiries: Due 48 hours prior to the quotation due date.
Key Dates & Contacts
- Quotation Due Date: March 3, 2026, at 2:00 PM Central Time.
- Site Visit: An on-site visit is urged and expected on February 26, 2026, from 10:00 AM to 11:00 AM Central Time at 808 East Blackland Road, Temple, TX 76502. Contact Douglas Smith (douglas.r.smith@usda.gov, 254-545-2786) for site visit details.
- Primary Contact: Christopher Turner (christopher.c.turner@usda.gov).
Amendment Notes
Amendment 0001 (posted February 23, 2026) supersedes the original "Attachment 3 Solicitation Terms and Conditions.pdf." It updates and adds numerous Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions, including those related to Combating Trafficking in Persons, Accelerated Payments to Small Business Subcontractors, and Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance. Offerors must review the updated Attachment 3 AMD 0001 for all applicable terms and conditions.