Janitorial Services (Base Year + Four Option Years)
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), through its USDA ARS AFM APD office, is soliciting quotations for Janitorial Services at the U.S. Salinity Laboratory in Riverside, CA. This opportunity is a Total Small Business Set-Aside. An amendment (0001) has been issued providing Q&A and site visit details. Quotations are due Friday, February 20, 2026, by 3:00 p.m. Central Time.
Scope of Work
The contractor will provide comprehensive janitorial services for the U.S. Salinity Laboratory, covering offices, conference rooms, hallways, main lobby, lunchroom, patios, elevators, restrooms, laboratories, stairs, headhouse, and shop areas. Services include routine cleaning tasks such as vacuuming, sweeping, mopping, waste removal, and surface disinfection, with frequencies ranging from twice weekly to annually (e.g., floor waxing). Services are required Monday through Friday, 8:00 a.m. to 4:00 p.m. Pacific Time. The government will provide hand soap, paper towels, trash can liners, and toilet tissue; the contractor must supply all other cleaning materials, which must be bio-based products.
Contract Details
This is a Request for Quotation (RFQ) for a firm-fixed-price requirements contract. The contract will consist of a one-year base period and four one-year option periods, for a total potential duration of five years. The anticipated period of performance for the base year is March 1, 2026, to February 28, 2027, with subsequent option years extending through February 28, 2031. The acquisition is a Total Small Business Set-Aside under NAICS code 561720 (Janitorial Services) with a $22.0 million size standard. The government intends to make a single award.
Submission & Evaluation
Quotations must be submitted electronically via email to Monte Jordan (monte.jordan@usda.gov) by February 20, 2026, at 3:00 p.m. Central Time. Late quotations will not be accepted. Required submissions include a price quotation (using Attachment 4), the Offeror's SAM Unique Entity Identifier (UEI) Number, and a Past Performance Questionnaire (Attachment 3). Evaluation will be based on a comparative assessment for best value, considering Experience, Past Performance, and Price. Offerors must provide at least five relevant past performance references. Questions regarding the solicitation are due by February 13, 2026, at 12:00 p.m. Central Time.
Site Visit
A mandatory site visit is scheduled for Monday, February 2, 2026, at 9:00 a.m. Pacific Time at the U.S. Salinity Laboratory, 450 W Big Springs Road, Riverside, CA 92507. The point of contact for the site visit is Jerald Bentley, (909)845-2313, jerald.bentley@usda.gov.
Key Attachments
- Attachment 1 - Solicitation Terms and Conditions: Outlines FAR/AGAR clauses, contract structure, evaluation criteria, and submission requirements.
- Attachment 2 - Performance Work Statement (PWS): Details specific janitorial tasks, frequencies, performance standards, and government/contractor supply responsibilities.
- Attachment 3 - Past Performance Questionnaire: Form for evaluators to rate offerors' past performance across various categories.
- Attachment 4 - Quotation Pricing Sheet: Required for submitting proposed pricing for the base and option years.