ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Hamden, CT Janitorial

DEPARTMENT OF AGRICULTURE 12444826Q0006
Response Deadline
Feb 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Department of Agriculture (USDA) Forest Service is soliciting bids for janitorial services at its Main Office and Insect Rearing Facility located at 51 Mill Pond Road, Hamden, Connecticut. The procurement involves a total small business set-aside contract under NAICS code 561720, with a firm-fixed-price structure for a one-year base period and four optional one-year extensions, totaling a potential five-year contract. The contractor will be responsible for providing comprehensive custodial services, including routine cleaning, restroom maintenance, and periodic deep cleaning, ensuring that the facilities maintain a clean and professional appearance. Interested vendors must submit their proposals, including pricing and relevant experience, by February 8, 2026, and are encouraged to attend a site visit scheduled for February 3, 2026. For further inquiries, contact Christopher Hamilton at christopher.j.hamilton@usda.gov or 479-209-3841.

Classification Codes

NAICS Code
561720
Janitorial Services
PSC Code
S201
HOUSEKEEPING- CUSTODIAL JANITORIAL

Solicitation Documents

8 Files
SOL_12444826Q0006_Part 12 Combined Synopsis_Solicitation_Revised 11 Dec 2025.pdf
PDF216 KBJan 29, 2026
AI Summary
The USDA Forest Service in Hamden, CT, is seeking janitorial services for its 19,000 sq ft Main Office and 3,750 sq ft Insect Rearing Facility at 51 Mill Pond Road. This Request for Quotation (RFQ) is a total small business set-aside under NAICS code 561720 ($22M standard). The acquisition will result in a firm-fixed-price requirements contract with a one-year base period and four one-year option periods, not exceeding five years. Proposals must include pricing for all items across all periods. Evaluation will prioritize the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. Key attachments include a Performance Work Statement and Quality Assurance Surveillance Plan. Questions are due by February 8th, 2026. The solicitation includes various FAR and AGAR clauses, notably 452.203-71, regarding Anti-Discrimination and DEI Compliance.
12444826Q0006_Experience Questionnaire.pdf
PDF130 KBJan 29, 2026
AI Summary
The Hamden Janitorial Solicitation #12444826Q0006 is an experience questionnaire designed to gather comprehensive information from potential contractors for janitorial services. It requires details on the type of business, years of experience as a prime and subcontractor, and a list of up to three most relevant projects completed within the last three years. The solicitation also asks for a list of current contract commitments, and whether the firm has ever failed to complete work or had work completed by performance bond. Additionally, it requests organizational information such as the minimum and maximum number of employees, whether employees are regularly on payroll, available equipment, and estimated rates of progress. Information on the experience of principal individuals, credit references, and banking information is also required for a responsibility determination. This document aims to assess a contractor's capability and reliability for the Hamden Janitorial project.
12444826Q0006_Past Perf Questionnaire.pdf
PDF188 KBJan 29, 2026
AI Summary
This document is a Past and Present Performance Questionnaire for Solicitation # 12444826Q0006, concerning Hamden Janitorial Services. It is designed to gather information on a contractor's past performance to aid in source selection. The questionnaire is divided into sections for general contractor information, respondent details, and performance evaluation. Contractors are asked to provide their name, address, project title, contract number, dollar amount, and performance period, indicating whether they acted as a prime contractor, sub-contractor, or key personnel. The performance information section uses a 1-5 rating scale (with N/A option) across various criteria such as managerial experience, quality control, problem-solving initiative, and cooperation with government personnel. A narrative explanation is required for ratings of 1 or 2. It also asks if the contractor received cure or show cause notices, is rated in CPARS, and if the respondent would award them another contract. The completed questionnaire must be returned via email to Christopher Hamilton at christopher.j.hamilton@usda.gov by COB February 8th, 2026, at 2359 ET.
Service Contract Act WD 2015-4127 REV 33 120325.pdf
PDF46 KBJan 29, 2026
AI Summary
The U.S. Department of Labor's Wage Determination No. 2015-4127, Revision 33, sets forth minimum wage rates and fringe benefits for service contract employees in South Central Connecticut, including Bethany, Branford, and New Haven. It covers various occupations from administrative support to technical roles, specifying hourly rates for each. The document also details fringe benefits, including health and welfare rates (with a separate rate for contracts covered by EO 13706), vacation accrual, and twelve paid holidays. It includes important footnotes regarding computer employees' exemption status and night/Sunday pay for air traffic controllers and weather observers. Additionally, it outlines hazardous pay differentials, uniform allowance requirements, and the conformance process for unlisted job classifications under the Service Contract Act. The determination emphasizes compliance with Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage for federal contractors.
Amendment_SOL_12444826Q0006_Part 12 Combined Synopsis_Solicitation_Revised 11 Dec 2025.pdf
PDF242 KBJan 29, 2026
AI Summary
The USDA Forest Service in Hamden, CT, is soliciting bids for janitorial services at its Main Office (19,000 SF) and Insect Rearing Facility (3,750 SF) at 51 Mill Pond Road. This Request for Quotation (RFQ) is a total small business set-aside under NAICS code 561720, with a size standard of $22M. The contract is a firm-fixed-price requirement for a one-year base period and four one-year option periods, not exceeding five years. Services include weekly, three-times-weekly, and twice-yearly cleaning, plus hourly miscellaneous cleaning. Proposals must include pricing for all items, a technical approach demonstrating capability, and an experience/past performance questionnaire. Evaluation criteria prioritize the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. The solicitation includes various FAR and AGAR clauses, notably those related to anti-discrimination and DEI compliance, and outlines an Ombudsman Program for agency protests.
12444826Q0006_Performance Work Statement NRS Hamden Custodial.pdf
PDF392 KBJan 29, 2026
AI Summary
The US Department of Agriculture (USDA) is soliciting proposals for a Performance Work Statement (PWS) for custodial services at the NRS Hamden Main Office Building and Insect Rearing Facility (IRF) in Hamden, CT. The PWS outlines requirements for basic cleaning (weekly), restroom and breakroom cleaning (three times weekly), laboratory cleaning (weekly), and periodic cleaning (every six months), as well as on-demand services. The contractor is responsible for providing all personnel, materials, equipment, and supplies, except for specific government-furnished items like paper towels, toilet paper, and disinfectants. The contractor must adhere to a quality control plan, submit inspection and deficiency reports, and comply with security and emergency procedures. A site visit is scheduled for February 3rd, 2026. Performance will be evaluated based on the quality of results, with penalties for non-conforming services.
12444826Q0006_Quality Assurance Surveillance Plan NRS Hamden Custodial.pdf
PDF238 KBJan 29, 2026
AI Summary
The USDA Quality Assurance Surveillance Plan (QASP) for the NRS Hamden Custodial Contract outlines the systematic methods the USDA Forest Service will use to ensure the contractor meets required performance standards. This plan defines roles and responsibilities, performance objectives, and methodologies for monitoring and evaluating contractor performance, which complements the contractor's Quality Control Plan (QCP). It details performance standards, acceptable quality levels (AQLs), and procedures for handling non-performance, including documentation and remedial actions. The QASP also specifies government responsibilities, including the Contracting Officer (CO) and Contracting Officer Representative (COR), and describes surveillance methods such as random visual inspections and record-keeping. Performance is categorized as Outstanding, Acceptable, or Unacceptable, with corresponding adjustments in surveillance levels and potential corrective actions.
SCHEDULE OF ITEMS - WITH OPTIONS.xlsx
Excel15 KBJan 29, 2026
AI Summary
This government file outlines a Schedule of Items for janitorial services in Hamden, CT, spanning a base year (FY 2026) and four option years (FY 2027-2030). The schedule details various cleaning services, including weekly basic cleaning, weekly restroom cleaning three times a week, other weekly cleaning services, twice-yearly periodic cleaning, and miscellaneous hourly cleaning. Each item specifies the quantity and unit (e.g., 52 weeks, 2 each, 30 hours), with placeholder unit and total prices set to $0.00, indicating that vendors are required to insert their pricing. The document is structured to allow for pricing submission for each year, culminating in a total contract price. This file serves as a template for vendors to submit bids for janitorial services, providing a clear breakdown of the required services and their frequency over a potential five-year period.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 26, 2026
amendedAmendment #1· Description UpdatedJan 28, 2026
amendedLatest Amendment· Description UpdatedJan 29, 2026
deadlineResponse DeadlineFeb 9, 2026
expiryArchive DateFeb 9, 2026

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
FOREST SERVICE
Office
USDA-FS, CSA EAST 9

Point of Contact

Name
Christopher Hamilton

Place of Performance

Hamden, Connecticut, UNITED STATES

Official Sources