Annual Janitorial Services w / 4 Option Years
ID: 1232SA25Q0376Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, 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 Agriculture, specifically the Agricultural Research Service, is seeking qualified vendors to provide annual janitorial services at the United States National Arboretum (USNA) in Washington, D.C., with the contract including two option years and after-hours work not exceeding 100 hours per year. The contractor will be responsible for all labor, supplies, materials, and equipment necessary for custodial services across approximately 31,922 square feet, adhering to commercial standards and USDA policies, including quality control measures. This procurement is critical for maintaining cleanliness and hygiene in a facility that serves both staff and a significant number of daily visitors, with services required seven days a week in public areas. Interested vendors must submit their quotes by August 15, 2025, and direct any inquiries to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) Agricultural Research Service (ARS) seeks janitorial support services for the United States National Arboretum (USNA) in Washington, D.C. and the South Farm Complex in Beltsville, MD. This Performance Work Statement (PWS) outlines requirements for custodial services, including trash collection, recycling, floor maintenance (non-carpeted and carpeted), restroom cleaning, and miscellaneous cleaning tasks across approximately 31,922 square feet. The contractor must provide all labor, supplies, materials, and equipment, adhering to commercial standards and all applicable laws. Services are primarily to be performed between 7:00 AM and 5:00 PM Eastern Time, with additional work for special events as needed. Quality control and assurance are critical, with performance monitored against set standards and a Quality Assurance Surveillance Plan (QASP). The government will provide utilities, office space, radios, copier access, and storage, while the contractor is responsible for approved, bio-based cleaning supplies and equipment. The contractor must ensure personnel adhere to USDA policies, wear uniforms, display badges, and receive training for working in a research laboratory environment. The document also details performance objectives and thresholds for various cleaning tasks and outlines the process for addressing deficiencies through Corrective Action Reports (CARs).
    The U.S. National Arboretum (USNA) seeks janitorial support services through a Performance Work Statement (PWS) outlining requirements for maintaining cleanliness and sanitation for its facilities. The contractor will provide labor, supplies, and equipment to uphold a satisfactory operational condition in a space that spans approximately 31,922 square feet and hosts around 450,000 visitors yearly. Services will be performed daily from 7:00 AM to 5:00 PM, including tasks like trash collection, floor maintenance, restroom cleaning, and support during special events. Quality assurance processes will involve regular inspections by a designated representative, with specific thresholds for acceptable performance established. The contractor must comply with USDA policies and implement a Quality Control Plan to ensure standards are met. The document serves to establish guidelines and expectations, aiming for efficient facility maintenance while ensuring the safety and satisfaction of visitors. Furthermore, all cleaning supplies must adhere to eco-friendly and biobased product standards, reflecting the government's commitment to sustainability in its operations.
    This government file details the current inventory of various dispensers and waste receptacles, along with staff and visitor numbers, likely in preparation for a Request for Proposal (RFP) related to facility maintenance or supply. The facility currently uses approximately 15 wall-mount and 10 sink-mount soap dispensers, 35 large-roll and 8 small-roll toilet paper dispensers, and about 10 large-roll and 6 bi-fold paper towel dispensers. For waste management, there are approximately 50 outdoor large 50-gallon, 15 indoor large 42-gallon, 10 indoor 35-gallon, 8 indoor 18-gallon, and 50 small office 10-gallon trash bins. The document also notes the absence of a current recycling program, with plans to implement one with approximately half the number of current trash bins dedicated to recycling. The facility has about 50 staff members and anticipates between 200 and 500 visitors daily.
    The Service Provisions FAC 2025 - 03 outlines the contractual terms and conditions for federal government service contracts under $250,000, effective January 17, 2025. This document, relevant for RFPs, grants, and state/local RFPs, details various clauses including inspection/acceptance, assignment of claims, contract changes, dispute resolution, excusable delays, invoicing requirements, patent indemnity, and payment terms. Key payment provisions cover prompt payment, electronic funds transfer (EFT), overpayments, and interest on overdue amounts. The file also addresses risk of loss, taxes, and termination clauses for convenience or cause. Additionally, it specifies rules for title transfer, warranties, limitations of liability, and compliance with federal, state, and local laws, including those unique to government contracts. The document incorporates by reference several FAR clauses, emphasizing compliance with regulations concerning commercial products and services, particularly regarding small business utilization, labor standards, and prohibitions on certain foreign-sourced technologies. It also includes specific instructions for offerors, evaluation criteria focusing on lowest price/technically acceptable, and procedures for contract closeout based on unliquidated funds.
    The document outlines the Service Contract Clauses for federal contracts providing commercial products and services under $250,000. Key elements include inspection and acceptance of goods, assignment rights for payments, handling disputes, excusable delays, invoicing procedures, and payment terms. Contractors must comply with applicable federal, state, and local laws, including specific statutes regarding labor standards, unfair practices, and limited business operations. The solicitation process requires bidders to submit both technical proposals and price quotations separately, with evaluations based on the lowest price and technical acceptability. The document emphasizes the requirement for registration in the System for Award Management (SAM) and encourages participation in a voluntary feedback survey after the award process. Overall, it serves as a guide to ensure compliance, efficiency, and the protection of government interests in contracting processes, highlighting the importance of maintaining service standards and accountability in government procurement.
    The provided government file is empty and contains no information. Therefore, a summary cannot be generated as there is no content to analyze or extract key details from.
    The provided document is a detailed inventory of rooms and their square footage across various buildings, including NA18, NA19, Headhouse, Administration Bldg, USNA Restricted Area, NA27A, and Chinese and International Pavilion. The rooms are categorized by building and room number, with descriptions such as offices, restrooms, lunchrooms, laboratories, and storage areas. This file appears to be a space utilization or facility inventory document, likely used for planning, allocation, or renovation purposes within a government or institutional context. The detailed breakdown of spaces and their sizes is crucial for managing facilities, especially in the context of federal RFPs or grants where space requirements and usage are often critical components of project planning and execution.
    The document outlines a series of requests for proposals (RFPs) and grant opportunities from federal, state, and local government agencies. These solicitations are intended to engage partners and secure funding for various initiatives across multiple sectors, including health, infrastructure, and community development. Key themes include the expectation for detailed project proposals that meet specific criteria set forth by the grantor, highlighting the importance of compliance with regulatory standards and alignment with governmental objectives. The document implies a structured approach to disseminating and evaluating proposals, ensuring that selected initiatives will contribute effectively to public welfare and meet the allocation of resources efficiently. The overarching goal is to foster collaboration between government entities and external partners to drive impactful projects that align with the strategic priorities established by funding agencies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Buyer not available
    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.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Buyer not available
    The USDA Forest Service is seeking a qualified contractor to provide janitorial and mowing services for the Cheoah Ranger District recreational areas in North Carolina. The procurement involves a Blanket Purchase Agreement (BPA) Call Order for services that include trash removal, restroom cleaning, and lawn maintenance for various picnic areas. These services are essential for maintaining the cleanliness and accessibility of recreational sites, ensuring a pleasant experience for visitors. Interested parties should note that this opportunity is restricted to the approved company eligible for call orders under BPA 12444123A0007, and inquiries can be directed to Tobi Shumaker at tobi.shumaker@usda.gov.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Janitorial & Grounds/Lawn Maintenance Services - Roan Mt & Popular Creek
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a special notice regarding the procurement of janitorial and grounds/lawn maintenance services for the Roan Mountain Recreation Area and Poplar Boat Launch in North Carolina. The scope of this procurement includes essential services such as trash removal, restroom cleaning, and lawn maintenance for various picnic areas, to be awarded as a Blanket Purchase Agreement (BPA) Call Order against an existing BPA. This opportunity is set aside for small businesses, and interested parties should note that this is not a solicitation for proposals but a notification of intent to award. For further inquiries, interested vendors can contact Tobi Shumaker at tobi.shumaker@usda.gov.
    U.S. Embassy in South Africa has a requirement for Janitorial services.
    Buyer not available
    The U.S. Embassy in South Africa is seeking qualified contractors to provide janitorial services for its facilities in Pretoria, including the Chancery, Annex, Warehouse, and Community Centre. The contract will be a firm fixed-price type, covering a base year with four optional one-year extensions, and will require the contractor to manage all personnel, cleaning materials, and equipment necessary for daily, weekly, monthly, and quarterly cleaning tasks, as well as event-related services. Compliance with U.S. Government standards, South African laws, and specific Embassy safety and security regulations is mandatory, including background checks for personnel and submission of a site-specific safety plan. Interested contractors should contact Johann Baasden at baasdenjw@state.gov or William S. Bostwick at bostwickws@state.gov for further details, and must be registered in the SAM database prior to submitting their offers.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    JANITORIAL SERVICES
    Buyer not available
    The U.S. Department of State is soliciting quotations for janitorial services for the U.S. Tri-Mission in Rome, as well as the Consulates in Milan and Florence, and the Consular agency in Genoa, Italy. The contract will encompass comprehensive cleaning services for various government-owned and leased properties, requiring the contractor to provide all necessary labor, materials, equipment, and supervision, with an emphasis on safety and English-speaking personnel. This procurement is crucial for maintaining the cleanliness and hygiene of U.S. diplomatic facilities, ensuring compliance with both U.S. and local health standards. Interested vendors must submit their electronic quotations by January 12, 2026, and can contact Crystal D. Sheridan at SheridanCD@state.gov or Tiziana Carfora at CarforaT@state.gov for further information.
    Annual Landscaping Services
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for annual landscaping and grounds maintenance services at a U.S. Government property. The procurement requires vendors to be technically qualified and financially responsible, with specific requirements including SAM registration, NDAA compliance, and a Bahamian TIN for non-Bahamian companies. The services will encompass comprehensive lawn care, pruning, pest control, and hurricane preparations, with a mandatory site visit scheduled for December 2, 2025, and proposals due by January 6, 2026, at 3:00 PM. Interested vendors should contact Deana Nelson at NelsonDA@state.gov for further details and ensure compliance with extensive insurance and security requirements outlined in the solicitation documents.