Office Janitorial Services, Hopkinton Lake, Hopkinton, NH and Everett Lake, Weare, NH

SOL #: W912WJ26QA037Pre-Solicitation

Overview

Buyer

CONCORD, MA, 01742-2751, United States

Place of Performance

Place of performance not available

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

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

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Jan 20, 2026

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 / US Army Corps of Engineers (USACE), New England District, is soliciting proposals for Office Janitorial Services at Hopkinton Lake, Hopkinton, NH and Everett Lake, Weare, NH. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract to clean six buildings across these two locations. Quotes are due by January 23, 2026, at 2:00 PM Eastern.

Scope of Work

The work involves furnishing all equipment, materials, labor, and transportation for comprehensive janitorial services. This includes office, building, carpet, and window cleaning, with specific tasks such as vacuuming, dusting, surface cleaning, restroom cleaning, garage floor cleaning, trash/waste removal, and recycling. Services are required for the Hopkinton Project Office, Merrimack River Basin Office, Hopkinton Lake Gatehouse, Elm Brook Park Cabin, Everett Lake Project Office, and Everett Lake Gatehouse. Adherence to U.S. Army Corps of Engineers Safety and Occupational Health Requirements (EM 385-1-1) and applicable OSHA standards is mandatory. Required submittals include an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and Site Safety and Health Officer (SSHO) designation.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: A Base Year from February 1, 2026, to January 31, 2027, with two (2) available option years.
  • Work Hours: Monday through Friday, 8:00 AM to 3:00 PM, unless otherwise approved.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561720 (Services (except Public Administration))
  • Small Business Size Standard: $22 Million

Submission & Evaluation

  • Quotes Due: January 23, 2026, 2:00 PM Eastern.
  • Submission Method: Via email to the Contract Specialist, Jennifer M. Samela (jennifer.m.samela@usace.army.mil).
  • Evaluation Basis: Award will be made based on price alone.
  • Eligibility: Vendors must have an active registration in SAM.gov at the time of submission to be considered.

Additional Notes

Site visits are permitted and encouraged; interested parties should contact Samantha Schupp (TPOC) to arrange. All applicable FAR and DFARS clauses are incorporated by reference or in full text.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Jan 20, 2026
View
Version 2
Solicitation
Posted: Jan 7, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 22, 2025