Janitorial Services - Poplarville MS
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 USDA, Agricultural Research Service (ARS) is soliciting quotes for Janitorial Services at the Thad Cochran Southern Horticulture Research Center in Poplarville, MS. This is a Total Small Business Set-Aside issued as a Combined Synopsis/Solicitation (RFQ). An amendment has updated the service matrix for Building 38. Offers are due March 1, 2026, at 5:00 PM CT.
Scope of Work
The contractor will provide all labor, supervision, equipment, tools, and services necessary for comprehensive janitorial and custodial services. This includes cleaning offices, conference rooms, laboratories, restrooms, hallways, and other specified areas within Buildings #38 (Main Lab), #42 (Headhouse), and the Shop. Specific tasks include sweeping, mopping, vacuuming, dusting, trash removal, and cleaning fixtures.
Amendment 1 clarifies that services 2-17 for Building 38 must be performed five (5) days per week. Prospective bidders are responsible for conducting a mandatory site visit to determine the full scope of services required.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Request for Quotation (RFQ)
- Duration: One (1) base year and three (3) one-year option periods, not to exceed four (4) years total.
- Base Year: March 1, 2026 – February 28, 2027
- Option Year 1: March 1, 2027 – February 29, 2028
- Option Year 2: March 1, 2028 – February 28, 2029
- Option Year 3: March 1, 2029 – February 28, 2030
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 651720 (Small Business Size Standard: $22.0 million)
- Mandatory Site Visit: February 18, 2026, at 10:00 AM local time (CDT). Coordinate with POC by February 16, 2026.
- Questions Due: February 16, 2026, at 12:00 PM CT.
- Offer Submission Deadline: March 1, 2026, at 5:00 PM CT.
- Period for Acceptance: Offers must remain firm for 90 calendar days.
Submission & Evaluation
Offers must be submitted via email to shane.pope@usda.gov. Required documents include:
- SF 18 (original, fully completed, and signed)
- Detailed Quote pricing document (breakout of costs for base and option years)
- Bid Schedule (separate document with annual pricing)
- Past Performance Documentation (at least two references for similar federal/state custodial contracts within the past five years).
Evaluation will be based on Lowest Price Technically Acceptable (LPTA), considering Price, Technical Acceptability, and Past Performance.
Additional Notes
The solicitation incorporates FAR clauses by reference, including FAR 52.225-3 Buy American–Free Trade Agreements–Israeli Trade Act and FAR 52.225-5 Trade Agreements. Service Contract Labor Standards apply, and a Wage Determination (SCA WD 2015-5171 Rev 28) is provided. Contractors must provide bonding and liability insurance ($100,000 minimum) and establish a quality control program. The government will provide certain toiletry items and cleaning supplies.