USDA-ARS-CCRU Facility - Janitorial Services
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 United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Cereal Crops Research Unit (CCRU) is soliciting quotations for Janitorial Services at its facility in Madison, WI. This is a Total Small Business Set-Aside opportunity issued as a Request for Quotation (RFQ). The acquisition is for on-site custodial services, with a mandatory site visit scheduled for May 14, 2026. Quotations are due by May 20, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide trained personnel, supervision, and coordination for on-site custodial services. Services are required on Mondays, Wednesdays, and Fridays, excluding federal holidays. Key tasks include dusting, vacuuming, sweeping/mopping, and emptying trash/recycling in areas such as the lobby, restrooms, break room, 15 offices, library, conference room, and hallways. Laboratories are excluded from cleaning, but trash receptacles from labs will be emptied if placed outside. The vendor is responsible for supplying consumables like paper towels, toilet paper, and trash bags. The government will furnish a floor scrubber.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ) leading to a single firm-fixed price purchase order.
- Product/Service Code: S201 (Custodial Janitorial Services).
- NAICS Code: 561720 (Janitorial Services) with a $22 million size standard.
- Set-Aside: Total Small Business Set-Aside.
- Period of Performance: A base year (June 10, 2026 - June 9, 2027) plus four one-year option periods, and an optional six-month extension, for a total potential duration of up to five years and six months (through December 10, 2031).
- Published Date: May 5, 2026.
- Mandatory Site Visit: May 14, 2026, at 10:00 AM CST. Coordination required by May 13, 2026.
- Questions Due: May 15, 2026, at 2:00 PM ET, via email to jacob.toft@usda.gov.
- Quotations Due: May 20, 2026, at 3:00 PM ET.
Evaluation
Award will be made to the offeror representing the best value to the Government based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation criteria include technical acceptability (ability to meet requirements and demonstrate understanding), past performance (rated Acceptable, Neutral, or Unacceptable), and pricing (must include base and all option periods).
Special Requirements & Notes
- Offerors must hold prices firm for 90 calendar days.
- The Service Contract Act (SCA) Wage Determination (No. 2015-4897, Revision 31) for Wisconsin (Columbia, Dane, Green, Iowa Counties) applies, outlining minimum wage rates and fringe benefits. Bidders must ensure compliance.
- Contractor personnel must notify the building administrator upon arrival and departure.
- Invoices must be submitted electronically through the Invoice Processing Platform (IPP).
- The USDA is a tax-exempt agency.