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:
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 size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.