Janitorial Services - Port Services, Niagara Falls, NY
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), specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for Janitorial Services at its Port Services facility in Niagara Falls, NY. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. The contract aims to secure comprehensive cleaning and maintenance services for the facility located at 3905 Witmer Rd, Niagara Falls, NY 14305. Quotations are due by March 5, 2026, at 5:00 PM ET.
Scope of Work
The contractor will provide janitorial services at least once per week, including:
- General cleaning (dusting, trash removal, sweeping, mopping, wall/baseboard cleaning, woodwork/light switch wiping, cobweb removal).
- Specialized tasks: spray buffing (as needed), annual floor stripping and waxing, and bi-annual interior and exterior window cleaning.
- Services for the barn area, including shoveling manure, pressure washing/disinfecting floors and equipment, and window washing, as requested with 3-4 days advance notice.
- The office space is approximately 4080 Sq. Ft.
- Services are to be performed after office closing at 4:00 PM.
- Contractor is responsible for providing all personnel, equipment, and tools; USDA will provide trashcan liners and paper products. Bio-based cleaning supplies are encouraged.
Contract Details
- Contract Type: Firm-Fixed Price Requirements Contract.
- Period of Performance: One (1) one-year base period and four (4) one-year option periods, for a total potential duration of five (5) years.
- Set-Aside: Total Small Business Set-Aside (NAICS 561720, size standard $22M).
- Place of Performance: USDA-APHIS-VS, 3905 Witmer Rd, Niagara Falls, NY 14305.
- Wage Determination: Department of Labor Wage Determination 2015-4147, Revision 34 (dated Dec 03, 2025) applies, with a minimum wage of $17.30 for Janitorial Service.
- Special Requirements: Contractor employees must wear USDA-issued badges, undergo background investigations by FPS, and safeguard government property. Compliance with AGAR clauses regarding anti-discrimination, DEI policies, and USDA Personal Identity Verification (PIV) is required.
Submission & Evaluation
- Award Basis: Best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach.
- Evaluation Criteria: Only the lowest priced offer will be evaluated for Technical Acceptability ("acceptable" or "unacceptable") and Past Performance ("Acceptable," "Neutral," or "Unacceptable"). If the lowest offer is not acceptable, the next lowest will be evaluated.
- Submission Requirements: Offerors must submit pricing for all base and option periods. Offers must remain firm for 90 calendar days.
- Questions Due: March 3, 2026, 12:00 PM ET, via email to Latisha.a.hollman@usda.gov.
- Quotations Due: March 5, 2026, 5:00 PM ET.
Additional Notes
The solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Attachments include the Performance Work Statement (Attachment 1) and Wage Rates (Attachment 2).