Skip to content
Labor

Notice of Intent to Sole Source Short-term Janitorial and Snow Removal Services

Solicitation: ACQ-26-0066
Notice ID: ac605192cc4248169f33ea4ff8dc8319

Presolicitation from OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT • LABOR, DEPARTMENT OF. Place of performance: DC. Response deadline: Jan 07, 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
$7,456,231
Sector total $924,532,187 • Share 0.8%
Live
Median
$113,372
P10–P90
$73,772$1,002,196
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%($7,456,231)
Deal sizing
$113,372 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 DC
Live POP
Place of performance
Washington, District of Columbia • 20210 United States
State: DC
Contracting office
Washington, DC • 20210 USA

Point of Contact

Name
Emily Bear
Email
bear.emily.e@dol.gov
Phone
Not available
Name
Geopardi Bost
Email
bost.geopardi.g@dol.gov
Phone
Not available

Agency & Office

Department
LABOR, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Subagency
DOL - CAS DIVISION 3 PROCUREMENT
Office
Not available
Contracting Office Address
Washington, DC
20210 USA

More in NAICS 561720

Description

The Department of Labor, on behalf of the Office of the Assistant Secretary for Administration and management (OASAM), Business Operations Center (BOC), intends to negotiate and award a Sole Source, Firm Fixed Price (FFP) Task Order under GSA MAS GS-21F-163AA, in support of Janitorial and Snow Removal Services at the Frances Perkins Building (FPB) with Integrity National Corporation, 1734 Elton Road, STE 230, Silver Spring, Maryland 20903, under the authority of FAR Subpart 538.7104-3(b)(ii) which states that awarding on a sole source basis can be justified when, “Only one source is capable of providing the products, services, or solution required at the level of quality required because the products, services, or solutions are unique or highly specialized.” 

DOL, Headquarters Office, has a requirement to provide Janitorial and Snow Removal Services for FPB, located at 200 Constitution Ave., N.W., Washington, DC 20210, to ensure the overall safety, health and protection of all assigned personnel, visitors and other occupants of FPB, providing mission support activities in the National Capitol Region (NCR).

The FPB, which is a 1.9 million square foot facility situated on 15.4 acres of land, is located at 200 Constitution Ave NW, Washington D.C. The building composition is mainly limestone and is configured in 3 wings – South, Center and North. The FPB has approximately 1.1 million square feet of office space that can house up to 5,200 employees, has four garages, a full-service cafeteria, snack bar, dry cleaner, child-care center, a U.S. Postal Service office and other amenities.

The purpose of this requirement is to provide Janitorial and Snow Removal Services at FPB. Specific tasks consist of, but are not limited to, the following:

  1. Perform floor care and cleaning
  2. Clean restrooms, including lounge areas, locker rooms, shower stalls, water fountains and utility sinks
  3. Conference room cleaning
  4. Office cleaning
  5. Room cleaning, including all space not specifically identified elsewhere in the PWS
  6. Vending area and office kitchen cleaning
  7. Filling dispensers with soap and hand sanitizer
  8. Emptying receptacles of all trash and keep receptacles clean
  9. Collecting and transporting recyclable materials to designated areas
  10. Interior window washing, to include dusting window blinds and coverings (and annual washing)
  11. Keeping exterior grounds, parking lots, garages, driveways, vehicular courts, arcades and sidewalks clean and free of dirt, debris and litter.
  12. Exterior window and canopy washing
  13. Emptying exterior receptacles for ash and trash
  14. Exterior pressure washing and steam cleaning
  15. Snow and ice removal

The Period of Performance will consist of one (1) 64-day base period and four (4) 2-month option periods, beginning 1/27/2026.

The North American Industry Classification System (NAICS) Code for this requirement is 561720 with the Size Standard of $22,000,000.00.

This notice of intent to award a Sole Source contract is not a request for competitive quotes. THERE WILL BE NO SOLICITATION AVAILABLE FOR COMPETITIVE QUOTES. PHONE CALLS WILL NOT BE ACCEPTED. The point of contacts for this action are Emily Bear – Contracting Officer (bear.emily.e@dolgov) and Geopardi Bost – Contract Specialist  (bost.geopardi.g@dol.gov). Interested parties may express their interest and provide a capabilities statement no later than January 7, 2025 at 11:00 AM (EST). A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.