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), Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for Janitorial Services at its facility in Niagara Falls, NY. This is a Total Small Business Set-Aside opportunity for a firm-fixed price requirements contract. The solicitation is issued as a Request for Quotation (RFQ), and offers are due by March 5, 2026, at 5:00 PM ET.
Scope of Work
The contractor will provide comprehensive janitorial services at 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, wall/baseboard cleaning, cobweb removal, woodwork/light switch wiping in office areas and entryways.
- Weekly: Cleaning and sanitizing restrooms.
- Monthly: Cleaning floor mats in the Niagara Falls Office.
- As Needed: Spray buffing floors, washing inside and outside windows/glass doors.
- Annually: Stripping and waxing floors (once per year).
- Bi-Annually: Cleaning windows inside and out (twice per year).
- As Requested: Services for the barn area, including manure shoveling, pressure washing, and disinfecting, with 3-4 days advance notice. Contractor is encouraged to use bio-based cleaning supplies where possible. USDA will provide trashcan liners and paper products.
Contract Details
- Contract Type: Firm-Fixed Price Requirements Contract
- Duration: A base period from the Date of Award through February 28, 2027, plus four (4) one-year option periods, extending the total potential contract duration through February 28, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Custodial Janitorial Services)
- Small Business Size Standard: $22 Million
- Product Service Code: S201 (Custodial Janitorial Services)
Evaluation Criteria
Award will be made to the offeror representing the best value to the Government, based on 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 "acceptable" or "unacceptable" based on meeting all requirements. Past Performance will be rated "Acceptable," "Neutral," or "Unacceptable." Offerors must submit pricing for all base and option periods.
Key Requirements & Deadlines
- Personnel: Contractor must provide all personnel, equipment, and tools. Employees must wear USDA-issued contractor badges and are subject to a satisfactory background investigation by the Federal Protective Service (FPS), paid for by USDA. Contractor is responsible for safeguarding government property and ensuring the secrecy of tenant records.
- Wage Determination: Department of Labor wage determination 2015-4147, Revision 34, dated December 3, 2025, applies, with a minimum wage of $17.30 for Janitorial Service.
- Invoicing: Invoices must be submitted monthly through the Treasury's Invoice Processing Platform (IPP).
- Questions Due: March 3, 2026, 12:00 PM ET, via email to Latisha.a.hollman@usda.gov.
- Offers Due: March 5, 2026, 5:00 PM ET. Offers must remain firm for 90 calendar days.
- Contact: Latisha Hollman (latisha.a.hollman@usda.gov).