Janitorial Services FEMA Region 1 FRC
ID: 70FBR126R00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 1Boston, MA, 02110, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA) Region 1, is seeking proposals for janitorial services at the Federal Regional Center (FRC) located in Maynard, Massachusetts. The procurement aims to secure comprehensive janitorial services for an 11-month base period from January 12, 2026, to December 12, 2026, with a focus on maintaining cleanliness and hygiene standards in a federal facility. This opportunity is a total small business set-aside under NAICS Code 561720, with a size standard of $22 million, emphasizing the importance of small business participation in government contracts. Interested parties must attend a mandatory site visit on December 22, 2025, submit questions by December 24, 2025, and provide their proposals by January 2, 2026, with all submissions directed to the designated FEMA contacts, Anhur Maklef and Karley Hoyt.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines instructions for offerors, focusing on a Small Business Set-Aside for a Firm Fixed Price (FFP) contract. Key requirements include active SAM registration, submission of a Reps and Certs report, and a 30-day price hold. Proposals must comprise three volumes: Technical Approach, Past Performance, and Price Proposal, evaluated independently. Award will be based on a best value approach, considering both price and non-price factors. Evaluation factors are Technical Approach, Past Performance, Price, and mandatory Site Visit attendance. Technical Approach (Work Plan, Management Plan, Proposed Schedule, Personnel Experience/Qualifications) is the most critical factor. Past Performance will be assessed on recent, relevant projects, with specific documentation required. Price proposals must follow a CLIN template. Failure to attend the mandatory site visit will result in disqualification.
    The provided government file outlines a request for proposal (RFP) for Janitorial Services covering the period from January 12, 2026, to December 12, 2026. The document details line items for the Base Period, Base Period Emergency Janitorial Services Rate, and a Janitorial Daily Rate based on an 8-hour day. The file structure indicates that it is a pricing sheet or a section of an RFP, requiring potential bidders to insert their proposed daily rate for janitorial services. The main purpose of this document is to solicit bids or proposals for janitorial services for a specified duration, including provisions for emergency services, highlighting a common need within government facilities for routine maintenance and support services.
    The document, Wage Determination No. 2015-4047, outlines the minimum wage rates and fringe benefits for service contract employees in specific Massachusetts counties, as required by the Service Contract Act. It details different minimum wage rates based on contract award dates, aligning with Executive Orders 14026 and 13658, and specifies an annual adjustment. The determination lists numerous occupations across various fields, from administrative to technical, along with their corresponding hourly wage rates. It also mandates health and welfare benefits, paid vacation, and eleven annual paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for classifying unlisted occupations. The document applies to Essex, Middlesex, Norfolk, Plymouth, and Suffolk Counties in Massachusetts.
    This Performance Work Statement (PWS) outlines requirements for janitorial services at the Federal Regional Center (FRC) in Maynard, MA, from January 12, 2026, to December 12, 2026. The contractor must provide all personnel, supervision, supplies, and equipment, adhering to federal, state, and local laws. Key aspects include a detailed Quality Control Program, adherence to strict security and safety protocols including background checks and various training requirements for personnel, and specific insurance coverages (Worker's Compensation, General Liability, Automobile Liability). The document also details facility information, operating hours, federal holidays, environmental compliance, and coordination with government personnel and other contractors. The contractor is responsible for all costs during a mandatory phase-in transition, including purchasing and installing new toilet paper dispensers and performing carpet/floor cleanings. Deductions will be applied for non-compliance with staffing, qualifications, environmental conditions, and service delivery.
    FEMA Region 1 is seeking proposals for janitorial services at the Federal Regional Center (FRC) in Maynard, MA, for an 11-month base year from January 12, 2026, to December 12, 2026. This is a 100% small business set-aside under NAICS Code 561720, with a size standard of $22 Million. The applicable Wage Determination is SCA 2015-4047. Proposals will be evaluated based on Price, Technical Approach/Management Plan, Past Performance and References, and mandatory site visit attendance. A mandatory site visit is scheduled for December 22, 2025, from 8:30 AM to 9:30 AM EST. Questions are due by December 24, 2025, at 11:00 AM ET, and proposals must be submitted by January 2, 2026, at 4:00 PM EST.
    The Federal Emergency Management Agency (FEMA) Region I is soliciting proposals for janitorial services at the FEMA Region 1 FRC building in Maynard, MA. This Request for Proposal (RFP) outlines a firm-fixed-price contract for daily janitorial services, five times a week, eight hours a day, excluding Federal Holidays, for a period of 11 months, from January 12, 2026, to December 12, 2026. The solicitation also includes provisions for emergency janitorial services to be requested in writing by the Contracting Officer. The document details various Federal Acquisition Regulation (FAR) clauses, including those related to small business concerns, Buy American acts, prohibitions on contracting with inverted domestic corporations, and certifications regarding responsibility matters, child labor, and telecommunications equipment. Offerors are required to complete specific representations and certifications, primarily related to business size, ownership, and compliance with federal regulations. The acquisition is a total small business set-aside, falling under NAICS code 561720 with a size standard of $22 million.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    F--Emergency Remedial Response Services (ERRS 6)
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    Cleaning Services at the Foreign Disease Weed Science Research Unit
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting bids for cleaning services at its Foreign Disease Weed Science Research Unit (FDWSRU) located on Fort Detrick in Frederick, Maryland. The contractor will be responsible for providing transportation, supervision, and labor for weekly cleaning of two buildings, adhering to strict safety protocols due to the presence of a Biosafety Level 3 (BSL3) facility, which includes specific entry and exit procedures. This procurement is set aside for small businesses, with quotes due by January 5, 2026, at 4:00 PM Central Time, and must be submitted electronically to Jessica Pacheco at jessica.pacheco@usda.gov. Interested parties are encouraged to attend a site visit scheduled for December 17, 2025, to familiarize themselves with the work requirements.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.