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 Department of Agriculture (USDA), 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. Offers are due by March 5, 2026, at 5:00 PM ET.
Scope of Work
The contractor will provide comprehensive janitorial services for the USDA-APHIS-VS facility located at 3905 Witmer Rd, Niagara Falls, NY 14305, which includes approximately 4080 Sq. Ft. of office space. Services are required at least once per week and must be performed after office closing at 4:00 pm.
Key tasks include:
- Weekly: Dusting, trash removal, sweeping/mopping floors, wiping walls/baseboards, removing cobwebs, cleaning woodwork/light switches, and cleaning/sanitizing restrooms.
- As Needed: Spray buffing, washing inside/outside windows and glass doors.
- Annually: Stripping and waxing floors (once per year), interior and exterior window cleaning (twice per year).
- As Requested (3-4 days notice): Barn area services, including shoveling manure, pressure washing/disinfecting floors/equipment/walls, and washing windows.
Contractor must use bio-based cleaning supplies where possible. USDA will provide trashcan liners and paper products.
Contract & Timeline
- Contract Type: Firm-Fixed Price Requirements Contract
- Duration: 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 Code: 561720 (Janitorial Services) with a $22 million size standard.
- Response Due: March 5, 2026, 5:00 PM ET
- Questions Due: March 3, 2026, 12:00 PM ET, via email to Latisha.a.hollman@usda.gov.
- Published Date: February 25, 2026
Evaluation
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Only the lowest priced offer will be evaluated for Technical Acceptability and Past Performance. Technical Acceptability will be rated as "acceptable" or "unacceptable," and Past Performance as "Acceptable," "Neutral," or "Unacceptable." Offerors must submit pricing for all base and option periods, and offers must remain firm for 90 calendar days.
Special Requirements
Contractor personnel must wear USDA-issued security badges and are subject to a satisfactory Federal Protective Service (FPS) background investigation (paid by USDA). The Service Contract Act Wage Determination 2015-4147, Revision 34 (dated Dec 03, 2025), applies, with a minimum wage of $17.30 for Janitorial Service. Invoices must be submitted monthly or every 12 months through Treasury's Invoice Processing Platform (IPP). All applicable FAR and AGAR clauses, including those related to anti-discrimination/DEI and Personal Identity Verification (PIV), are incorporated by reference.