This is a combined synopsis/solicitation for commercial items under FAR part 12 prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. FEMA Region 1 is issuing a Request for Proposal (RFP) to be awarded based on Best Value to the government. This request is for the procurement of janitorial services at the Federal Regional Center (FRC) located in Maynard, MA 01754 for one (1) 11-month base year (1/12/2026 – 12/12/2026) . Please review the attached Solicitation in its entirety. To be considered for award, all line items must be quoted. Please include the daily janitorial services rate in your response. This is a 100% small business set aside in accordance with FAR 19.502-2- Total small-business set asides under NAICS Code 561720-Janitorial Services (Size Standard $22 Million). Wage Determination: SCA 2015-4047 Revision No. 31 Dated 08/06/2025 Town: Maynard County: Middlesex State: Massachusetts is applicable for this award. Subject to Revisions. All proposals will be assessed for the following Four factors and all factors other than Technical Approach (and Mandatory Site Visit) when combined, are approximately equal to, or significantly less important than Technical Approach. 1. Price Factor - See Attachment 1 2. Technical Approach/Management Plan - See Attachment 1 3. Past Performance and References – See Attachment 1 for further information. 4. Mandatory Site Visit Attendance Site Visit: A MANDATORY site visit has been scheduled for Monday, December 22, 2025, from 08:30am to 09:30am EST at the Federal Regional Center located at 63 Old Marlboro Rd, Maynard MA. Interested participants shall notify FEMA Contracting Officer and Contract Specialist via email at Karley.Hoyt@fema.dhs.gov and anhur.maklef@fema.dhs.gov no later than 07:00am EST Monday, December 22, 2025, with attendee name, company name, email address and phone number. This will be the only site visit for this project and will allow the opportunity to discuss the requirement. Please bring valid REAL ID or U.S. Passport. Q&A: Please submit all questions to Anhur anhur.maklef@fema.dhs.gov and Karley Hoyt karley.hoyt@fema.dhs.gov no later than 12/24/2025 at 11:00 AM ET Quotes Due: Offerors must submit their proposals not later than 4:00 PM. (EST) on Friday 01/02/2026. Please email proposals to Karley Hoyt at karley.hoyt@fema.dhs.gov. and Anhur Maklef anhur.maklef@fema.dhs.gov See PWS for more details.
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.