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 proposals for Janitorial Services at the U.S. Salinity Laboratory in Riverside, CA. This is a Total Small Business Set-Aside for a Firm Fixed-Price requirements contract with one base year and four option years. Quotations are due April 7, 2026.
Scope of Work
The contractor will provide all personnel, equipment, and bio-based supplies for non-personal janitorial services. This includes comprehensive cleaning of offices, conference rooms, hallways, main lobby, lunchroom, patios, elevators, restrooms, laboratories, stairs, and the headhouse/shop. Specific tasks involve vacuuming, sweeping, mopping, waste removal, surface cleaning, and annual floor care. Services are required Monday through Friday, 8:00 a.m. to 4:00 p.m. Pacific Time, with specific twice-weekly services on Tuesdays and Thursdays. Performance will be measured against Acceptable Quality Levels (AQLs), with potential invoice reductions for non-compliance.
Contract Details
- Contract Type: Firm Fixed-Price Requirements Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: One base year and four one-year option periods, totaling five years (April 20, 2026 - April 19, 2031).
- Place of Performance: U.S. Salinity Laboratory, 450 W Big Spring Road, Riverside, CA 92507.
Submission & Evaluation
- Submission Deadline: Quotations must be submitted electronically to monte.jordan@usda.gov by Tuesday, April 7, 2026, at 3:00 p.m. Central Time. Late submissions will not be accepted.
- Required Documents: Firm Fixed-Price quotation (on company letterhead), Offeror's SAM Unique Entity Identifier (UEI) Number, completed Past Performance Questionnaire (Attachment 3), and completed Quotation Pricing Sheet (Attachment 4).
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Criteria:
- Price: Must be fair and reasonable, with pricing for all periods.
- Technical Acceptability: Offerors must demonstrate a sound and compliant approach, detailing how requirements will be met.
- Past Performance: Assessed using references, CPARS, and other government sources, based on the provided questionnaire.
Key Dates & Contact
- Questions Due: April 3, 2026, by 12:00 p.m. Central Time.
- Quotations Due: April 7, 2026, by 3:00 p.m. Central Time.
- Contact: Monte Jordan (monte.jordan@usda.gov).
Additional Notes
The contract incorporates numerous FAR and AGAR clauses, with special attention to AGAR Clause 452.203-71 regarding Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance, which is a material term.