JANITORIAL SERVICE- MAYAGUEZ, PR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA), specifically the FARM PRODUCTION AND CONSERVATION BUSINESS CENTER, is soliciting quotes for Janitorial Services in Mayaguez, Puerto Rico. This opportunity, identified as Solicitation #12FPC426Q0022, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. An amendment has revised the solicitation, updated the period of performance, and extended the quote submission deadline. Quotes are now due by March 30, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for comprehensive janitorial services across three USDA-NRCS office buildings (Apartments 22, 23, and 24) located at 2200 Ave Pedro Albizu Campo, Mayaguez, PR. Services are needed five days per week (Monday-Friday, excluding Federal holidays) to maintain cleanliness and a healthy environment for approximately 22 employees across 6,871 sq ft. Key tasks include sweeping, mopping, trash removal, dusting, restroom and kitchen cleaning, minor water intrusion cleanup, and disinfecting. The contractor must provide all necessary management, tools, eco-friendly cleaning solutions, supplies, and equipment. Specific tasks range from daily interior garbage emptying to semi-annual cleaning of blinds and mini-split AC units.
Contract Details
This is a Request for Quotation (RFQ) for a Firm Fixed Award contract. The applicable NAICS code is 561720 – Janitorial Services, with a small business size standard of $22 million. The acquisition is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Period of Performance (POP) consists of one base year from April 15, 2026, to April 14, 2027, followed by four one-year option periods, for a total potential duration of five years.
Submission & Evaluation
Quotes must be submitted via email to Chanda.Sow@usda.gov and Oksana.Strekha@usda.gov by March 30, 2026, at 12:00 PM EST. All questions regarding the requirement must be submitted by March 26, 2026, at 12:00 PM to the same email addresses; a consolidated Q&A will be posted by March 27, 2026, if applicable. Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. Technical acceptability requires active SAM.gov registration, a Capability Statement outlining approach and availability, past performance within the last 5 years, and completed pricing for all CLINs. Offerors must hold prices firm for 90 calendar days.
Key Amendments & Additional Notes
Amendment 0001 revised the Combined Synopsis/Solicitation (Attachment 1), changed the Period of Performance, extended the quote submission deadline, and established a deadline for vendor questions. Contractor personnel will require identity proofing (FBI fingerprint check) and background investigations for facility access. Bidders must adhere to Service Contract Labor Standards, with wage determinations provided in Attachment 3. Minimum insurance requirements (Workers' Compensation, General Liability, Automobile Liability) and organizational conflict of interest avoidance are also specified.