Skip to main content

An official website of the United States government

You have 2 new alerts

Janitorial Support Services (Base Year + 4 Option Years)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 26, 2024 09:26 am CDT
  • Original Published Date: Aug 23, 2024 01:34 pm CDT
  • Updated Date Offers Due: Sep 09, 2024 03:00 pm CDT
  • Original Date Offers Due: Sep 09, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 24, 2024
  • Original Inactive Date: Sep 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Florence , SC 29501
    USA

Description

AMENDMENT 0001 issued to provide Site Visit Date/TimeSite Visit scheduled for Wednesday, August 28, 2024, at 10:00 a.m. Eastern Time (ET)  at project location:  USDA, ARS, SEA, Coastal Plains, Soil, Water & Plant Research Center, 2611 West Lucas Street, Florence, SC 29501.

ContactMel Johnson, Phone:  (843)669-5203 x-301, Email:  mel.johnson@usda.gov.

THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS (SAF).

PLEASE MAKE SURE TO READ COMBINED SYNOPSIS/SOLICITATION AND ATTACHMENTS IN THEIR ENTIRETY.

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 and is being conducted in conjunction according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 

The solicitation number is 12405B24Q0566 and solicitation is issued as a Request for Quotation (RFQ).  This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05.

This RFQ is issued as a Total Small Business Set-Aside.  The associated North American Industry Classification System (NAICS) Code is 561720 – Janitorial Services.  The Small Business Size Standard is $22.0MM. 

The USDA, ARS, SEA, Coastal Plains, Soil, Water, & Plant Research Center, 2611 West Lucas Street, Florence, South Carolina 29501 location has a requirement for the following.

Janitorial Support Services – Base Year + 4 Option Years.  (The Government has a unilateral right to exercise, or not to exercise options in a contract at the Government’s discretion.)

The Contractor must provide all labor, cleaning supplies, materials, equipment (including floor cleaners), and employee training as necessary to ensure custodial (basic cleaning, restroom cleaning, refuse removal) services are performed in strict accordance as detailed in attached Performance Work Statement (PWS).

  • Base Year         Period of Performance:  10/01/2024 – 09/30/2025
  • Option Year 1    Period of Performance:  10/01/2025 – 09/30/2026
  • Option Year 2    Period of Performance:  10/01/2026 – 09/30/2027
  • Option Year 3    Period of Performance:  10/01/2027 – 09/30/2028
  • Option Year 4    Period of Performance:  10/01/2028 – 09/30/2029

Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.

Questions.   All questions pertaining to this solicitation must be in writing.  All questions will be addressed by email only.  Submit questions referencing solicitation number 12405B24Q0566 electronically via email to monte.jordan@usda.gov.  Questions are due September 4, 2024, not later than 12:00 p.m. Central Daylight Time (CDT).  Telephone inquiries will not be accepted.

QUOTATION SUBMISSION.  Quotation referencing solicitation number 12405B24Q0566 must be submitted electronically via email to monte.jordan@usda.gov by Monday, September 9, 2024, not later than 3:00 p.m. Central Time (CT)No late quotations will be accepted.

In order to be considered for award, Offerors must respond by submitting One (1) electronic copy as follows: 

  • Fully completed and signed SF1449 Offer Form original signature and date addressing all of the requirements of the RFQ;
  • Acknowledgment of any Solicitation Amendments (if applicable);  Provide SAM UEI Number.
  • Price Quotation.  Pricing shall be submitted using the Schedule of Supplies/Services within the Offer Form (SF 1449);  A Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees.

Must have an Active SAM.gov registration; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov.  Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.

Quotation must be valid for at least 60 days after receipt of quotation. 

Items delivered FOB destination inclusive of all costs.

Rejection of Quotation.  Failure to demonstrate compliance will be cause to reject the quotation without further discussion.  All responsible sources may submit an offer and will be considered.

FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.  Additionally, other contract requirements and terms/conditions can be located in the same document.

It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM.

Contact Information

Contracting Office Address

  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA

Primary Point of Contact

Secondary Point of Contact





History