SOLICITATION NOTICE
S -- Annual Janitorial Services w / 2 Option Years and afterhours work not to exceed 50 hours per year
- Notice Date
- 8/4/2025 8:02:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25Q0376
- Response Due
- 8/15/2025 2:00:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- lynn Hults, Phone: 9124649723
- E-Mail Address
-
lynn.hults@usda.gov
(lynn.hults@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Adjusting this solicitation to have only 2 option year and to have the addition of pricing for afternoons/special event services not to exceed 50 hours per year. Also extending solicitation until 08/15/2025. More questions and answers to come. Service Provisions have been updated. Questions and Answers: Q1. The service frequency is 7x's A Week or 5? A1: We have the restricted building areas Mon � Fri. The areas open to the public, Visitors area, Restrooms, Grounds etc. are Mon � Sun. Q2: Will the awarded contractor be required to furnish all brand-new equipment and cleaning supplies, or may existing tools be reused if they meet USDA standards? A2: The Awarded Contractor is responsible for furnishing all equipment and cleaning supplies. The condition of the equipment if not new will need to be reviewed by the USNA COR to ensure that the equipment is in safe working order and complies with OSHA regulations. Q3: If awarded, may the contractor retain the current janitorial staff and/or supervisor already serving the facility? A3: The USNA has no contractor working. Q4: Will USDA provide any government-furnished cleaning tools, carts, or restroom dispensers? A4: The awarded contractor is responsible for furnishing all cleaning tools, carts, restroom dispensers Q5: Is there a designated janitor�s closet or secure supply room available on-site for contractor use? A5: Janitorial closets are provided throughout the buildings. Q6: Are janitorial personnel required to obtain security clearances, badges, or background checks prior to working on site? A6: Personnel will need to pass a tier 1 background check Q7: Will USDA provide consumables such as toilet paper, hand soap, and paper towels, or is the contractor responsible for supplying all of these? A7: Consumables will be the responsibility of the awarded contractor Q8: Will there be a transition period with the outgoing contractor, and what is the expected contract start date after award? A8: The USNA does not have a current contractor on site and would like to get the awarded contractor started within 30 days of award or sooner if possible. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation number 1232SA25Q0376 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code is 561720 (Janitorial Services) with a small business size standard of $22.0 Million. USDA, ARS, USNA 3501 New York Ave NE Washington, DC 20002 Is looking for procurement of the Janitorial Service with 4 option years which fits with the associated Statement of Work / Specifications. A site visit is scheduled for July 29, 2025, at 10:30 AM EST. Vendors interested in attending the site visit must notify Lynn Hults at lynn.hults@usda.gov by July 28, 2025, by 3:00 PM CST to be added to the approved list. The Government anticipates award of a Firm Fixed Price contract. Each quote must show a breakdown giving price of each element, provide descriptive literature or information showing that the quoted services meet all parts of the Statement of Work. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-2. The Government anticipates award of a contract resulting from this solicitation to the responsible quoter whose quote conforms to the RFQ and specifications using Lowest Price Technically Acceptable (LPTA) to the Government in accordance with FAR 13.106-2(b)(3) considering two major areas: technical acceptance and price. Quotes will be evaluated by performing a technical and price evaluation (LPTA) in accordance with FAR 13.106-2(b)(3). Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The Technical aspects will be evaluated based on the ability to meet the minimum standards in the Statement of Work (SOW). The Quotations will be evaluated started at the lowest price first. If the lowest is not acceptable then the next lowest will be evaluated. Technically Acceptable; Quote clearly meets the minimum requirements of the SOW. Technically Unacceptable; Quote does not meet the minimum requirements of the SOW. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition are in the attached document titled Service Provisions 1154695. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than Friday, August 15, 2025 at 4:00 PM Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than Wednesday August 13, 2025, by 3:00 PM CST. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc7ce282637c4b58b8a71976b10acd76/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07534943-F 20250806/250804230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |