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 is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price Purchase Order. Quotations are due by March 3, 2026, at 2:00 PM CT.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for comprehensive janitorial services. This includes daily, twice-weekly, weekly, monthly, quarterly, and semi-annual tasks across various buildings and areas such as offices, laboratories, restrooms, conference rooms, and lunchrooms. Specific tasks involve sweeping, dusting, mopping, vacuuming, trash removal, cleaning/disinfecting, and floor maintenance. Work hours are primarily Monday through Friday, 5:00 PM - 9:30 PM CT. The government will provide certain consumables.
Contract Details
- Type: Firm-Fixed-Price Purchase Order (RFQ 1232SA26Q0221)
- Duration: One (1) base year and four (4) one-year option periods, not to exceed five (5) years total.
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, $22M size standard).
- Place of Performance: USDA-ARS, Grassland, Soil & Water Research Laboratory, Temple, TX 76502.
- Response Due: March 3, 2026, 2:00 PM CT.
- Published: February 27, 2026 (latest amendment).
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation considers technical acceptability (acceptable/unacceptable), past performance (from CPARS, SAM.gov UEI, etc.), and price. Key submission requirements include:
- Electronic submission of quotations via email to the primary contact.
- Completion of "Attachment 4 Schedule and Transmittal Summary" with Unique Entity ID (UEI), business information, affirmations, and detailed pricing for all Contract Line Items (CLINs) for the base and all option periods.
- Compliance with all Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses, including Personal Identity Verification (PIV) for all contractor employees.
- Adherence to Service Contract Labor Standards, as detailed in "Attachment 2 Wage Determination."
- Invoicing will be processed through the Department of Treasury's Invoice Processing Platform (IPP).
Important Notes
- A site visit is urged and expected on February 26, 2026, from 10:00 AM to 11:00 AM CT at the Temple, TX location. Contact Douglas Smith for details.
- Inquiries must be submitted 48 hours prior to the response date.
- Amendment 0001, posted February 23, 2026, updated the Solicitation Terms and Conditions (Attachment 3 AMD 0001) and supersedes previous versions. Offerors are responsible for monitoring SAM.gov for all updates.