Janitorial Services at the USDA, Dale Bumpers National Rice Research Center

SOL #: 1232SA26Q0118Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Stuttgart, AR

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 4, 2026, 10:00 PM

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 Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotations for Janitorial Services at the Dale Bumpers National Rice Research Center (DBNRRC) in Stuttgart, AR. This is a Total Small Business Set-Aside for a firm-fixed-price requirements contract. Quotations are due by February 11, 2026.

Scope of Work

The contractor shall provide all managerial, administrative, and direct labor for custodial services across approximately 40,000 square feet of facility space. Key requirements include:

  • Daily Maintenance: Trash collection and disposal, sweeping, and dust mopping.
  • Floor Care: Damp mopping, bi-weekly buffing, and annual carpet shampooing and floor stripping/waxing.
  • Restrooms: Twice-weekly cleaning and disinfecting of toilets, sinks, urinals, and showers.
  • Specialized Areas: Cleaning of laboratory zones (specific instructions provided) and common areas.
  • Government-Furnished Items: The USDA will provide most consumables, including paper towels, toilet paper, trash bags, soap, and heavy equipment like vacuums and buffers.

Contract & Timeline

  • Type: Firm-Fixed-Price Requirements Contract
  • Duration: One-year base period with four one-year option periods (March 1, 2026 – February 28, 2031).
  • Set-Aside: Total Small Business (NAICS 561720, size standard $22M).
  • Response Due: February 11, 2026, at 10:00 PM CST (per Amendment 0001).
  • Place of Performance: Stuttgart, Arkansas.

Evaluation

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:

  1. Price: Evaluated for the base year, all options, and potential extensions.
  2. Technical Acceptability: Assessed as acceptable or unacceptable based on the technical proposal.
  3. Past Performance: Evaluated for reliability and quality of previous work.

Additional Notes

All contractor personnel must obtain Linc Pass clearance, which includes an adjudicated fingerprint record. A site visit was conducted on February 6, 2026. Offerors must be registered in SAM.gov to be eligible for award.

People

Points of Contact

Katelyn NelsonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026