Skip to content
Department of Agriculture

Hamden, CT Janitorial

Solicitation: 12444826Q0006
Notice ID: 040f22dd4f0c414092bbc4413b150d85
TypeSolicitationNAICS 561720PSCS201Set-AsideSBADepartmentDepartment of AgricultureAgencyForest ServiceStateCTPostedJan 29, 2026, 12:00 AM UTCDueFeb 09, 2026, 04:59 AM UTCExpired

Solicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: CT. Response deadline: Feb 09, 2026. Industry: NAICS 561720 • PSC S201.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,323,511
Sector total $921,599,318 • Share 0.8%
Live
Median
$110,352
P10–P90
$73,636$1,079,427
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,323,511)
Deal sizing
$110,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CT
Live POP
Place of performance
Hamden, Connecticut • 06514 United States
State: CT
Contracting office
Atlanta, GA • 303092449 USA

Point of Contact

Name
Christopher Hamilton
Email
christopher.j.hamilton@usda.gov
Phone
4792093841
Name
Gayle Geiger
Email
gayle.geiger@usda.gov
Phone
4707050968

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA-FS, CSA EAST 9
Office
Not available
Contracting Office Address
Atlanta, GA
303092449 USA

More in NAICS 561720

Description

******************************AMENDMENT**********************************************


The purpose of this amendment is to update clauses in the Solicitation.


The following clauses have been added in to the Solicitation:


52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment
(Multiple Year and Option Contracts) (Aug 2018)


All other terms, conditions and provisions of solicitation 12444826Q0006 remain unchanged.

*************************************************************************************************************

The Hamden Main Office Building and Insect Rearing Facility (IRF) are federally owned facilities administered by the Northern Research Station (NRS) of the U.S. Forest Service.  These buildings have a multitude of tenants from various agencies. Both buildings are located at 51 Mill Pond Road, Hamden, CT. The Main Office consists of 3 floors. The total square footage (SF) of the Main Office is approximately 19,000 SF. The IRF is a single-story building with approximately 3,750 SF of floor area. These buildings are on the same property and have the same address.

This requirement is a performance-based service requirement.  The Contractor shall furnish all personnel, materials, equipment, supplies, and incidentals (except Government furnished property as specified) necessary to ensure that custodial services are performed for the Hamden Main Office and IRF in accordance with the specifications contained in this Performance Work Statement.

The Contractor shall perform the required cleaning services in a manner that will maintain satisfactory facility conditions and present a clean, neat, and professional appearance.  Contractor will determine the frequencies, unless otherwise specifically noted and performance will be based on the Government’s evaluation of results, not the frequency or method of performance.

The contractor is strongly encouraged to visit and inspect the facilities prior to estimating and submitting a quote. The Contractor is responsible for ascertaining pertinent existing conditions, and determining all material quantities required and labor requirements. The contractor will become familiar with the facilities and have any questions answered and issues resolved to their satisfaction prior to submitting a quote; failure to do so, will not discharge the contractor from the responsibility for successfully performing and completing the work without additional expense.

IMPORTANT:

***Read Performance Work Statement Attached***

The anticipated start date for Base Year is February 23, 2026 through February 22, 2027, Plus 4 Option Years.

A site visit is highly encouraged. 

SITE VISIT WILL BE SCHEDULED FOR ON FEBRUARY 3RD, 2026 FROM 1000 AM TO 1200 PM.

Submit offer and completed attachments and questionnaires by email to christopher.j.hamilton@usda.gov no later than February 8th, 2026 at 2359 CST. 

Questions concerning this RFQ are due no later than Februray 5th, 2026 at 1700 CST. 

LOCATION: USFS Main Office Building, 51 Mill Pond Road, Hamden, CT.

Please contact Paul Moore at paul.moore2@usda.gov or 203-735-8495 or James Anderson at james.anderson@usda.gov or 715-493-2185 for RSVP.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.