Janitorial Services - Port Services, Niagara Falls, NY

SOL #: 12639526Q0049Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Niagara Falls, NY

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 5, 2026, 5:00 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 Janitorial Services at its Niagara Falls Port of Entry facility located at 3905 Witmer Rd, Niagara Falls, NY 14305. This is a Total Small Business Set-Aside opportunity. The contract will be a Firm Fixed-Price requirements contract for a base year and four option years. Quotations are due by March 5, 2026, at 5:00 PM ET.

Scope of Work

The contractor will provide comprehensive janitorial services at least once per week for the approximately 4080 sq. ft. office space and a 3000 sq. ft. barn area. Services are to 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. Cleaning and sanitizing restrooms.
  • Monthly: Cleaning floor mats in the Niagara Falls Office.
  • Annually: Stripping and waxing floors (approximately 1000 sq. ft. of tile flooring).
  • Twice Annually: Cleaning all inside and outside windows (approximately 12 windows, requiring a 6-foot step ladder for exterior).
  • As Needed: Washing inside and outside windows/glass doors. Spray buffing floors. Barn area services (shoveling manure, pressure washing/disinfecting floors/equipment/walls, washing windows) with 3-4 days advance notice. The barn primarily houses cattle for short periods; animals will not be present during cleaning. Light to moderate manure volume is expected. Pressure washing is required for every barn service, with a booster pump available on-site.

The USDA will provide trashcan liners and paper products; the contractor is responsible for all other personnel, equipment, tools, and chemicals. Bio-based cleaning supplies are encouraged.

Contract Details

  • Contract Type: Firm Fixed-Price Requirements Contract
  • Duration: One (1) base year and four (4) one-year option periods, for a total potential duration through February 28, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561720 (Janitorial Services) with a $22 Million size standard.
  • Wage Determination: Department of Labor Wage Determination 2015-4147, Revision 34, dated December 3, 2025, applies for Erie and Niagara Counties, NY. A minimum wage of $17.30 for Janitorial Service is specified.

Submission & Evaluation

  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Only the lowest-priced offer will be evaluated for technical acceptability and past performance.
  • Technical Acceptability: Rated "acceptable" or "unacceptable" based on meeting all requirements.
  • Past Performance: Rated "Acceptable," "Neutral," or "Unacceptable."
  • Pricing: Offerors must submit pricing for all items for the base and all 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.

Special Requirements

Contractor employees must wear USDA-issued badges and are subject to a satisfactory Federal Protective Service (FPS) background investigation (paid by USDA APHIS). Contractors must safeguard government property and ensure the secrecy of tenant records. Invoices must be submitted monthly or every 12 months via the Treasury's Invoice Processing Platform (IPP). Compliance with AGAR clauses regarding anti-discrimination, DEI policies, and USDA Personal Identity Verification (PIV) is required.

People

Points of Contact

Latisha HollmanPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Janitorial Services - Port Services, Niagara Falls, NY | GovScope