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 comprehensive 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 4, 2026.

Scope of Work

The contractor will provide all labor, management, and administrative support for janitorial services at Building #1, a facility of approximately 40,000 square feet. Key tasks include:

  • Daily Cleaning: Trash and recycling collection, restroom sanitation, and restocking supplies.
  • Floor Maintenance: Sweeping, mopping, buffing non-carpeted areas, and vacuuming/shampooing carpets.
  • Specialized Areas: Cleaning floors in 27 laboratories (training provided by the government).
  • Supplies: The government will furnish most consumables (paper products, soap, trash bags) and heavy equipment (vacuums, buffers), while the contractor provides labor and minor supplies.

Contract & Timeline

  • Type: Firm-Fixed Price Requirements Contract
  • Duration: One-year base period plus four one-year option periods (5 years total).
  • Set-Aside: Total Small Business (NAICS 561720; $22M size standard).
  • Site Visit: Scheduled for January 29, 2026, at 10:00 AM CST.
  • Questions Due: January 28, 2026, by 12:00 PM CT.
  • Response Due: February 4, 2026.

Evaluation

Award will be made to the responsible offeror whose quote is the Lowest Price Technically Acceptable (LPTA). Evaluation factors include technical acceptability and past performance (rated as Acceptable, Neutral, or Unacceptable).

Additional Notes

Contractor personnel must undergo fingerprinting and security adjudication. Offerors are strongly encouraged to attend the site visit to inspect the facility before submitting pricing via the provided Bid Schedule (Attachment 4).

People

Points of Contact

Katelyn NelsonPRIMARY

Files

Files

Download
Download
Download
Download

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 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View