Janitorial Services (Base Year + Four Option Years)
Combined Synopsis Solicitation from AGRICULTURAL RESEARCH SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 20, 2026. Industry: NAICS 561720 • PSC S201.
Market snapshot
Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561720
Description
AMENDMENT 0001 issued to provide answers to questions submitted by interested contractors and to provide Site Visit date and time.
Q1. Is it possible to attain the square footage?
A1. U.S. Salinity Laboratory Facility Square Footage listed below.
Lobby - 1,135 square feet
Lobby Level Restrooms - 220 square feet
CORRIDORS:
- Lower Level - 2,575 square feet
- Upper Level - 3,882 square feet
Elevator and Stair Landings (Lower Level, Lobby Level, and Upper Level) - 450 square feet
RESTROOMS:
- Lower Level - 320 square feet
- Upper Level - 320 square feet
Mailroom - 185 square feet
Breakroom - 540 square feet
Maintenance Shop Offices and Corridor - 300 square feet
Q2. What days exactly are you looking to receive services, and during what time period?
A2. Monday through Friday, 8:00 a.m.to 4:00 p.m. Pacific Time except Federal holidays or when the USDA-ARS facility is closed for administrative reasons.
Q3. Can you give us the current contractor and cost, have they ended their five-year term or has it ended early?
A3. OCS Construction Services Inc, Contract #12905B20P0081 - $159,119.00 - Base Year + Four Option Years. Base Year - 05/01/2020 – 04/30/2021, Option Year One - 05/01/2021 – 04/30/2022, Option Year Two - 05/01/2022 – 04/30/2023, Option Year Three - 05/01/2023 – 04/30/2024, Option Year Four - 05/01/2024 – 04/30/2025.
Q4. Is there a mandatory walkthrough for this project?
A4. One Site Visit is scheduled for Monday, February 2, 2026, at 9:00 a.m. Pacific Time. Point of Contact: Jerald Bentley, (909)845-2313, jerald.bentley@usda.gov.
Q5. Can Supplies be delivered to the site?
A5. Yes.
Q6. Do you provide any supplies for the contract?
A6. Government will provide hand soap, paper towels, trash can liners, and toilet tissue. Contractor to provide all other cleaning supplies using bio-based products.
Q7. What are the current staff at the site that need service?
A7. See Performance Work Statement – Contractor Requirements – 3.0 Technical Requirements / Tasks.
- Offices/Conference Rooms (2)/Library
- Hallways
- Main Lobby
- Lunchroom
- Patios (2)
- Elevators (2)
- Restrooms (2 on each of 3 levels, headhouse and shop)
- Laboratories
- Stairs/Stairwells
- Headhouse
- Shop
Q8. Provide physical address for the location.
A8. USDA, ARS, PWA, U.S. Salinity Laboratory, 450 W Big Springs Road, Riverside, CA 92507.
SITE VISIT:
One Site Visit is scheduled for Monday, February 2, 2026 at 09:00 a.m. Pacific Time at USDA, ARS, PWA, U.S. Salinity Laboratory, 450 W Big Springs Road, Riverside, CA 92507. Point of Contact: Jerald Bentley, (909)845-2313, jerald.bentley@usda.gov.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued.
Solicitation number 1232SA26Q0079 is issued as a Request for Quotation (RFQ) for janitorial services for USDA, ARS, U.S. Salinity Laboratory, Riverside, CA 92507.
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The applicable North American Industry Classification Standard Code is 561720 The small business size standard is $22.0 Mil. This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency.
See “Attachment 1 - Solicitation Terms and Conditions” for applicable clauses, instructions, and evaluation criteria.
Additional Attachments:
Attachment 2 – Performance Work Statement (PWS)
Attachment 3 – Past Performance Questionnaire
Attachment 4 – Quotation Pricing Sheet
Statement of Requirement
Janitorial services consisting of one (1) one-year base period and four (4) one-year option periods in accordance with attached Performance Work Statement (PWS). The total duration of this contract shall not exceed five (5) years.
Contract Line-Item Numbers (CLIN):
- 0001 - Janitorial Services - Base Year - POP: 03/01/2026 - 02/28/2027
- 1001 - Janitorial Services - Option Year One - POP: 03/01/2027 - 02/29/2028
- 2001 - Janitorial Services - Option Year Two - POP: 03/01/2028 - 02/28/2029
- 3001 - Janitorial Services - Option Year Three - POP: 03/01/2029 - 02/28/2030
- 4001 - Janitorial Services - Option Year Four - POP: 03/01/2030 - 02/28/2031
QUOTATIONS must be submitted electronically by email only to Monte Jordan, Contract Specialist, at monte.jordan@usda.gov referencing Solicitation #1232SA26Q0079. Quotations are due on Friday, February 20,2026 no later than 3:00 p.m. Central Time. NO late quotations will be accepted. NO phone calls will be accepted.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The USDA Agricultural Research Service is soliciting bids for janitorial services for the U.S. Salinity Laboratory in Riverside, CA, with a total contract duration of five years, comprising a base year and four option years. This solicitation is set-aside for small businesses under NAICS code 561720, with a small business size standard of $22.0 million. Interested contractors must submit their bids by February 20, 2026, and a mandatory site visit is scheduled for February 2, 2026.
The buyer aims to secure a contractor for janitorial services at the U.S. Salinity Laboratory, ensuring cleanliness and maintenance of designated areas, including offices, restrooms, and common spaces, during specified hours.
- Understanding service requirements from the Performance Work Statement (PWS).
- Participating in the mandatory site visit to assess operational conditions.
- Preparing pricing based on the CLIN structure for the five-year contract.
- Submitting the bid electronically by the deadline with required attachments.
- Quotation Pricing Sheet
- Past Performance Questionnaire
- Technical Proposal based on PWS
- Completed Attachment 1 - Solicitation Terms and Conditions
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact performance start and end dates are not specified.
- Specific requirements in the Performance Work Statement (PWS) need further clarification.
- Information on potential changes to government-supplied materials is lacking.
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.