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), is soliciting quotations for Janitorial Services at the U.S. Salinity Laboratory in Riverside, CA. This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price requirements contract with a base year and four option years, totaling five years. This opportunity is a Total Small Business Set-Aside. Quotations are due April 7, 2026, by 3:00 p.m. Central Time.
Scope of Work
The contractor will provide all personnel, equipment, and supplies (using bio-based products) for comprehensive non-personal janitorial services. Services include, but are not limited to, twice-weekly cleaning of offices, hallways, restrooms, and laboratories, along with specific tasks for the main lobby, lunchroom, patios, elevators, stairs, headhouse, and shop. Annual floor care is also required. Services are to be performed Monday through Friday, 8:00 a.m. to 4:00 p.m. Pacific Time, with specific twice-weekly services on Tuesdays and Thursdays.
Contract & Timeline
- Contract Type: Firm Fixed-Price requirements contract.
- Duration: One (1) base year and four (4) one-year option periods, not to exceed five (5) years.
- Period of Performance: April 20, 2026 - April 19, 2031 (if all options exercised).
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, $22.0M size standard).
- Place of Performance: U.S. Salinity Laboratory, 450 W Big Spring Road, Riverside, CA 92507.
- Questions Due: April 3, 2026, by 12:00 p.m. Central Time.
- Quotations Due: April 7, 2026, by 3:00 p.m. Central Time.
- Offer Acceptance Period: 60 calendar days from receipt of offers.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The evaluation will consider:
- Price: Must be fair and reasonable, provided for all periods, including discounts.
- Technical Acceptability: Offerors must demonstrate a sound and compliant approach, detailing how requirements will be accomplished.
- Past Performance: Assessed using references, CPARS, and other government sources, with ratings of Acceptable, Neutral, or Unacceptable. Only the lowest priced offer will be evaluated for technical acceptability and past performance initially.
Submission Requirements
Quotations must be submitted electronically via email to monte.jordan@usda.gov and include:
- A Firm Fixed-Price quotation on company letterhead.
- Offeror's SAM Unique Entity Identifier (UEI) Number.
- Completed Past Performance Questionnaire (Attachment 3).
- Completed Quotation Pricing Sheet (Attachment 4).
Additional Notes
No site visits will be scheduled. The solicitation incorporates FAR and AGAR clauses by reference, including AGAR Clause 452.203-71 regarding Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance. A contract manager and alternate are required.