Janitorial Services
ID: 1232SA25Q0143Type: 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 contractors to provide janitorial services at its facility in Corvallis, Oregon. The procurement requires comprehensive cleaning services for approximately 65,000 square feet across multiple buildings, including maintaining floors, disinfecting surfaces, and restocking consumable supplies, with services to be performed Monday through Friday during specified hours. This contract is crucial for maintaining a clean and safe environment conducive to research activities, and it is set aside for small businesses under NAICS Code 561720, with a total estimated value of $22 million over a potential five-year period. Interested contractors must submit their quotes by 3:00 PM Pacific Time on August 13, 2025, and can direct inquiries to Frank Palmer at frank.palmer@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for aseptic janitorial services at the USDA-ARS facility in Corvallis, Oregon. The contractor must provide all necessary management, supervision, and labor to clean four main buildings and two outbuildings, totaling approximately 65,000 square feet. Key services include maintaining floors, removing trash, cleaning and disinfecting surfaces (including sinks and plumbing fixtures), cleaning interior glass, vacuuming carpets and floor mats, general spot cleaning, and dusting. Basic restroom cleaning services are also detailed, emphasizing disinfection and descaling. The contractor is responsible for furnishing consumable supplies, while the government provides equipment like vacuums and mops. Services are to be performed Monday through Friday, 7:00 AM to 5:00 PM, excluding federal holidays. Contractor staff must be English fluent and receive appropriate training for a scientific setting. A shift leader is required, and all employees must undergo background investigations. The contractor must implement a quality control program, and the government will monitor performance monthly, requiring corrections for unacceptable service within 48 hours.
    The document, Solicitation 1232SA25Q0143 for Janitorial Services, outlines the terms, conditions, and instructions for prospective contractors. It incorporates various Federal Acquisition Regulation (FAR) and Department of Agriculture Acquisition Regulation (AGAR) clauses by reference, covering aspects such as whistleblower rights, system for award management, commercial and government entity code maintenance, and basic safeguarding of contractor information systems. Key contract terms include inspection/acceptance, assignment of payments, changes, disputes, excusable delays, invoicing procedures (including mandatory electronic submission via IPP), patent indemnity, payment terms, risk of loss, taxes, and termination for convenience or cause. The solicitation specifies a 12-month performance period with four one-year options, to be awarded as a Firm-Fixed Price purchase order based on "Best Value." Evaluation factors include Technical Capabilities (knowledge and skill), Past Performance (similar projects within two years), and Price. Offerors must submit electronic responses by email, attend a highly encouraged site visit, and adhere to specific question submission deadlines. The contract also includes clauses related to small business programs, labor standards, and prohibitions on certain foreign-manufactured products and applications.
    This government file is a wage determination for Service Contract Act-covered contracts in Benton County, Oregon, for 2025. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award/renewal date. The document provides detailed hourly wage rates for various occupations across numerous categories, including administrative support, automotive service, healthcare, and technical roles. It also specifies fringe benefits such as health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Additional provisions cover night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The file concludes with procedures for classifying unlisted occupations (conformance process) and notes regarding exempt computer employees.
    The document, titled "Hop Yard," is a property listing or inventory that details several addresses and associated square footage, likely for agricultural or commercial purposes given the name "Hop Yard." It lists a total combined square footage of 55,070 for all buildings and includes specific addresses in Corvallis, OR, such as 3450 SW Campus Way, 3420 NW Orchard Ave, 33685 Peoria Rd, 33447 Peoria Rd, and 3400 NE Smith Ln. One entry specifically mentions a "100 Sq Ft Bathroom." This document appears to be a descriptive record of properties, possibly for a Request for Proposal (RFP) related to land use, property management, or agricultural development, providing key location and size details essential for potential government grants or state/local RFPs.
    The Statement of Work for Janitorial Services at the USDA-ARS facility in Corvallis, Oregon, outlines the requirements for comprehensive custodial services. The contractor is responsible for managing and executing aseptic cleaning for a total area of approximately 65,000 square feet, which includes four main buildings and two outbuildings. Key cleaning tasks include maintaining floors, removing trash, disinfecting surfaces, cleaning restrooms, and general spot cleaning, all adhering to specified frequencies detailed in an attachment. The contractor must supply necessary cleaning products and staff, which require training for working in scientific settings and passing background checks. Scheduled services are to be performed Monday through Friday, with strict adherence to cleanliness and sanitation standards, as monitored by a government representative. Quality assurance measures are established to ensure compliance with specified cleaning protocols to maintain a hygienic environment necessary for scientific work. The overall goal is to ensure a clean, safe, and professional facility appearance while adhering to all applicable regulations.
    The document pertains to a Federal Request for Proposals (RFP) for janitorial services, structured to solicit offers for a Firm-Fixed Price contract. The contract spans a base period of 12 months with possibilities for four annual extensions. Key aspects include compliance with Federal Acquisition Regulation (FAR) clauses regarding whistleblower rights, system maintenance, and reporting requirements. Proposals must demonstrate technical expertise, past performance on similar projects, and competitive pricing. Evaluation factors are clearly defined: technical capabilities must address knowledge and experience relevant to the statement of work, and past performance must include similar projects completed recently. Additionally, the proposal process emphasizes that only electronic submissions will be accepted, and technical inquiries should be directed to the contracting officer. The intent of this RFP is to secure a provider that delivers the best overall value to the government while ensuring compliance with applicable regulations and standards, reflecting a commitment to quality and sustainability in service provision.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in Oregon County, Benton. It outlines wage requirements based on contracts awarded under Executive Orders 14026 (applicable after January 30, 2022) and 13658 (for contracts awarded between January 1, 2015, and January 29, 2022). The minimum wage rates for 2025 are specified, along with a comprehensive list of occupations, their corresponding wage rates, and the requirement for contractors to comply with health, welfare, vacation, and holiday benefits as well as the paid sick leave provisions under Executive Order 13706. Additionally, it emphasizes the need for contractors to submit a form for any unlisted employee classifications and to comply with regulations regarding uniform and hazardous pay. The determination aims to ensure fair compensation for service employees while providing guidelines for federal contractors in relation to wage and labor standards.
    The document outlines details related to the Hop Yard facilities located at multiple addresses in Corvallis, Oregon, encompassing a total area of 55,070 square feet across all buildings. It lists two main sites: 3450 SW Campus Way and 3420 NW Orchard Ave, along with a specific reference to 33447 and 33685 Peoria Rd., both situated in the same city. Additionally, it mentions a separate smaller facility, the Hop Yard, which includes a 100 square foot bathroom located at 3400 NE Smith Ln. The information may pertain to potential government RFPs or grants related to property management or development opportunities involving these facilities. Overall, the document provides a concise inventory of the Hop Yard properties, which may be pertinent for state or local government considerations regarding land use or facility enhancement projects.
    This document is a combined synopsis/solicitation for janitorial services required by the USDA, Agricultural Research Service in Corvallis, OR. It is a Request for Quotes (RFQ) under number 1232SA25Q0143, issued as a total small business set-aside with NAICS Code 561720 and a $22.0 million size standard. The resulting firm-fixed price purchase order will have a 1-year base period (9/1/2025 – 8/31/2026) and four 1-year option periods, extending potentially to August 31, 2030. Vendors must submit quotes on company letterhead, detailing pricing for five line items, and ensure their company is active and registered in SAM.gov. Quotes are due by 3:00 pm Pacific Time on Wednesday, August 13, 2025, via email to frank.palmer@usda.gov. A site visit is scheduled for 10:00 am Pacific Time on Tuesday, August 5, 2025, with registration required by August 4, 2025. Questions must be submitted by 3:00 pm Pacific Time on Wednesday, August 6, 2025.
    The USDA Agricultural Research Service is soliciting quotations for janitorial services through a Request for Quotes (RFQ) numbered 1232SA25Q0143. This solicitation is set aside for small businesses under NAICS Code 561720. The contract will have a firm-fixed price, covering a 1-year base period from September 1, 2025, to August 31, 2026, with four additional option years available at the government’s discretion. Vendors must provide complete pricing for each of the five line items specified in the Statement of Work. Quotes are to be submitted electronically by 3:00 PM Pacific Time on August 13, 2025, and must be sent to the designated USDA email, with no hard copy or fax submissions allowed. A site visit is scheduled for August 5, 2025, and interested vendors need to confirm their attendance by the previous day. Questions regarding the solicitation must be submitted by August 6, 2025, also via email. All vendors must be registered in the System for Award Management (SAM) and comply with applicable wage determinations incorporated in the solicitation. This RFQ reflects the government's ongoing commitment to procure necessary services while maintaining compliance with federal acquisition regulations.
    This document clarifies the requirements for Solicitation 1232SA25Q0143 for Janitorial Services, addressing questions from potential contractors. Key clarifications include a weekly cleaning schedule, Monday-Friday, 7:00 AM-5:00 PM, with no security system disarming/rearming needed. Parking passes are the contractor's responsibility, with costs provided. Bidders can quote monthly and annual prices. An on-site supervisor is sufficient, not requiring a separate shift leader. Contractors are responsible for restocking all paper towels. Interior window cleaning is required, but strip/wax services and carpet shampooing are not. Building square footage estimates for FSCRU are provided, but contractors can quote based on their own estimates. Contractors provide consumable supplies, while the government provides equipment. Three separate proposal documents are preferred. An active SAM registration is sufficient for submission. Aseptic cleaning aims to minimize harmful microorganisms, and hospital-grade disinfectants or hot tools are not required. The contract is fixed-price, including consumables. There is no current contract in place, and the on-ramp period is 30 days.
    Lifecycle
    Title
    Type
    Janitorial Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Sandia RD Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    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.
    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.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    Willamette National Cemetery Grounds Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.