Janitorial Services for APHIS in Amityville, NY

SOL #: 12639526Q0034Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Amityville, NY

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Feb 7, 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 U.S. Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS) is soliciting quotations for a firm-fixed-price contract to provide comprehensive janitorial services for a 9,500 sq. ft. office located in Amityville, NY. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The contractor shall provide all labor, equipment, and supplies necessary to maintain the facility. Key requirements include:

  • Routine Services: Performed twice weekly (Tuesdays and Thursdays) during business hours (7:30 AM – 4:00 PM). Tasks include trash removal, dusting, floor vacuuming/mopping, and disinfecting six lavatories and kitchen areas.
  • Periodic Services: Quarterly window washing (interior and exterior) and annual steam cleaning of carpets (typically scheduled for July).
  • Facility Details: The service area covers approximately 9,500 sq. ft. of office space plus a 600 sq. ft. garage/storage area.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Duration: One-year base period (anticipated March 1, 2026 – February 28, 2027) plus four one-year option periods, totaling a potential five-year duration.
  • Set-Aside: SDVOSB (FAR 19.14)
  • Response Due Date: February 7, 2026
  • Questions Due: February 5, 2026, at 5:00 PM EST

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) evaluation process. Offerors must submit a cover page, a completed pricing schedule, and three (3) past performance references to be considered for award.

Additional Notes

Site visits are scheduled for February 4, 2026. Interested vendors should contact Suzanne Kreuz (suzanne.m.kreuz@usda.gov) to confirm attendance. All quotes must remain firm for 90 calendar days from the receipt date.

People

Points of Contact

Jacob PipkinPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 28, 2026