Janitorial Services, Recruiting Centers, 6 locations in Western MA
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 the Army, U.S. Army Corps of Engineers-New England District, is soliciting proposals for Janitorial Services at six DoD Recruiting Centers across Western Massachusetts. This Total Small Business Set-Aside opportunity requires comprehensive cleaning services, including routine and periodic tasks, with a focus on safety and environmental standards. Quotes are due by March 18, 2026, at 2:00 PM Eastern.
Scope of Work
This contract requires furnishing all labor, materials, and equipment for janitorial services at six locations in Western Massachusetts, ranging from 700 sq. ft. to 4055 sq. ft. Services are required two or three days per week, depending on the location, totaling 104 or 156 service days annually. Key tasks include:
- Routine Cleaning: Trash removal, vacuuming, hard surface cleaning, high-touch surface disinfection, restroom services, and miscellaneous cleaning (e.g., fingerprints on glass).
- Periodic Cleaning: Monthly dusting, glass cleaning, trash receptacle washing, and toilet/urinal de-scaling. Semi-annual carpet cleaning (hot water extraction) and annual light fixture cleaning.
- Emergency Cleaning: Response to urgent cleaning needs as specified in the Performance Work Statement (PWS).
Key Requirements
- Use of environmentally friendly products and alcohol solutions (at least 70% alcohol) for disinfection.
- Adherence to USACE and OSHA safety and health requirements (EM 385-1-1), including maintaining a binder with safety data sheets, Activity Hazard Analysis (AHA), Fire Prevention Plan, and Exposure Prevention Plan.
- A site-specific Accident Prevention Plan (APP) and a minimum of one Level 3 Site Safety and Health Officer (SSHO) are required.
- All contract personnel must receive initial and annual refresher training on suspicious activity reporting.
Contract Details
- Type: Solicitation (Request for Quotations - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 (Custodial Janitorial Services) with a $22 Million size standard.
- Period of Performance: A base year (contract award to March 23, 2027) and two one-year option periods (March 24, 2027 - March 23, 2028; March 24, 2028 - March 23, 2029). Base year services will not commence prior to March 24, 2026.
Submission & Evaluation
- Offer Due Date: March 18, 2026, at 2:00 PM Eastern.
- Submission Method: Quotes must be submitted via email to the Contract Specialist. The bid schedule must be in Excel format; PDF versions will not be accepted.
- Mandatory Registration: All vendors must have an active registration in SAM.gov at the time of submission to be considered.
- Evaluation Factors: Technical capability, Price, and Past Performance. A comparative evaluation will be conducted.
- Required Documents: A "Solicitation Survey" must be completed and submitted with the quote, detailing company information, experience, key personnel, subcontracting plans, and references.
- Site Visit: A site visit is recommended but not mandatory. Details for arranging a visit were provided in the original solicitation.
Amendments
Two amendments have been issued. Amendment 0001 extended the closing date to March 18, 2026, and provided responses to industry questions. Amendment 0002 further clarified requirements regarding high dusting and the location of Service Contract Act (SCA) wage determinations.