Treasury awards $2.36M contract for custodial and window washing services to Clean Team Janitorial Service, Inc
Contract Overview
Contract Amount: $2,364,000 ($2.4M)
Contractor: Clean Team Janitorial Service, Inc.
Awarding Agency: Department of the Treasury
Start Date: 2025-04-01
End Date: 2027-03-31
Contract Duration: 729 days
Daily Burn Rate: $3.2K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TREASURY CUSTODIAL/TRASH REMOVAL/SNOW REMOVAL/WINDOW WASHING SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20220
Plain-Language Summary
Department of the Treasury obligated $2.4 million to CLEAN TEAM JANITORIAL SERVICE, INC. for work described as: TREASURY CUSTODIAL/TRASH REMOVAL/SNOW REMOVAL/WINDOW WASHING SERVICES Key points: 1. Contract awarded on a firm-fixed-price basis, providing cost certainty for the government. 2. The contract duration of 729 days (2 years) allows for consistent service delivery. 3. Services include custodial, trash removal, snow removal, and window washing, indicating a broad scope of facilities support. 4. The award was not competed under the Simplified Acquisition Procedures (SAP), suggesting potential for higher costs. 5. The contractor, Clean Team Janitorial Service, Inc., is based in the District of Columbia, aligning with the service location. 6. The contract value of $2.36 million over two years suggests a significant operational requirement for facilities maintenance.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific service level agreements or detailed pricing breakdowns. However, a total contract value of $2.36 million over two years for comprehensive facilities support services in a single location (District of Columbia) appears within a reasonable range for such services. The firm-fixed-price structure helps manage cost overruns, but the lack of competition raises questions about whether the best possible price was secured. Further analysis would require comparing unit costs for specific services (e.g., per square foot cleaning, snow removal per inch) against market rates for similar government contracts in the region.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was noted as 'NOT COMPETED UNDER SAP,' which implies it was likely procured through a limited competition or a sole-source justification, rather than an open and full competition. The absence of a stated number of bidders or a detailed explanation for the limited competition makes it difficult to assess the extent of market engagement. This approach may not have yielded the most competitive pricing or the widest range of qualified vendors, potentially impacting overall value for money.
Taxpayer Impact: When contracts are not fully competed, taxpayers may not benefit from the cost savings that typically arise from a competitive bidding process. This can lead to higher prices than might otherwise be achievable.
Public Impact
Federal employees and visitors to Treasury facilities in the District of Columbia will benefit from a clean and well-maintained working environment. Essential services such as trash removal, snow clearing, and window washing will ensure the operational continuity and aesthetic appeal of government buildings. The contract supports the ongoing maintenance and upkeep of federal property, contributing to the preservation of government assets. Local workforce in the District of Columbia may be employed by Clean Team Janitorial Service, Inc. to perform these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of full and open competition may have resulted in a higher price than could have been achieved through a competitive process.
- The 'NOT COMPETED UNDER SAP' designation requires further investigation to understand the specific justification for limited competition.
- Absence of detailed performance metrics makes it difficult to assess the contractor's performance and value for money objectively.
Positive Signals
- Firm-fixed-price contract provides budget certainty for the Treasury.
- Contract duration of two years allows for stable and consistent service delivery.
- Contractor is located in the same geographic area (District of Columbia) as the service delivery, potentially leading to efficient operations.
Sector Analysis
The facilities support services sector is a critical component of government operations, encompassing a wide range of maintenance and upkeep activities. This contract falls under the broader category of commercial and institutional building services. The market for these services is generally competitive, with numerous providers ranging from small local businesses to large national corporations. Government contracts in this space often represent significant value due to the scale and duration of requirements. Benchmarking against similar contracts for custodial, snow removal, and window washing services for federal agencies in metropolitan areas would provide further context on pricing and service levels.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false) and the contractor is not identified as a small business. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The absence of a small business set-aside means that larger, non-small businesses were eligible to bid, and the primary contractor is not a small business. This contract does not appear to directly contribute to the small business ecosystem through set-aside goals.
Oversight & Accountability
Oversight for this contract would typically reside with the contracting officer and the relevant program officials within the Department of the Treasury's Departmental Offices. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specified services. Transparency could be enhanced by making the contract award details, including the justification for limited competition, more readily available. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise during the contract performance.
Related Government Programs
- Federal Buildings and Grounds Maintenance
- Government Facilities Management
- Custodial Services Contracts
- Snow and Ice Removal Services
- Window Cleaning Services
Risk Flags
- Limited Competition
- Potential for Overpricing
- Lack of Performance Data
Tags
treasury, facilities-support-services, custodial-services, trash-removal, snow-removal, window-washing, district-of-columbia, definitive-contract, firm-fixed-price, not-competed-under-sap, departmental-offices, clean-team-janitorial-service-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $2.4 million to CLEAN TEAM JANITORIAL SERVICE, INC.. TREASURY CUSTODIAL/TRASH REMOVAL/SNOW REMOVAL/WINDOW WASHING SERVICES
Who is the contractor on this award?
The obligated recipient is CLEAN TEAM JANITORIAL SERVICE, INC..
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Departmental Offices).
What is the total obligated amount?
The obligated amount is $2.4 million.
What is the period of performance?
Start: 2025-04-01. End: 2027-03-31.
What is the track record of Clean Team Janitorial Service, Inc. with federal contracts?
Information regarding the specific track record of Clean Team Janitorial Service, Inc. with federal contracts is not detailed in the provided data. To assess their performance history, one would need to review past federal contract awards, performance evaluations (such as Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. A lack of readily available public data on past federal performance could indicate a limited history with the federal government or that their past contracts were of a smaller scale or less visible nature. Further due diligence would be required to understand their reliability, quality of service, and adherence to contractual obligations in previous federal engagements.
How does the awarded price compare to similar facilities support contracts?
A direct comparison of the awarded price ($2.36 million over two years) to similar facilities support contracts is difficult without more granular data on the specific services, scope, and location. However, the average annual cost of approximately $1.18 million for comprehensive custodial, trash removal, snow removal, and window washing services in the District of Columbia is likely within a reasonable range for a federal agency of the Treasury's size. To perform a robust comparison, one would need to benchmark against contracts for similar square footage, service frequency, and specific tasks (e.g., cost per square foot for cleaning, cost per snow event). The lack of competition suggests this price may not be the most cost-effective achievable.
What are the primary risks associated with this contract?
The primary risks associated with this contract include potential cost inefficiencies due to the limited competition, which may mean the government is paying more than necessary. There is also a risk related to service quality and reliability if the contractor's past performance is not well-documented or if the contract lacks stringent performance metrics. Operational risks, such as disruptions in service due to unforeseen circumstances or contractor capacity issues, are also present. Furthermore, if the justification for limited competition is weak, it could raise concerns about procurement integrity and fairness.
How effective is the Treasury in ensuring value for money with this contract?
The Treasury's effectiveness in ensuring value for money with this contract is questionable due to the limited competition. While the firm-fixed-price contract provides cost certainty, the absence of a robust competitive process limits the government's ability to leverage market forces to drive down prices. The Treasury's effectiveness hinges on the justification for limited competition and the presence of strong performance management and oversight during contract execution. Without a competitive bid, the onus is on the agency to actively manage the contract to ensure services meet requirements at a fair price, which is harder to ascertain without market benchmarks.
What is the historical spending pattern for custodial and related services at the Department of the Treasury?
Historical spending patterns for custodial and related services at the Department of the Treasury are not provided in the current data. To analyze this, one would need to examine historical contract awards for similar services over several fiscal years. This analysis would reveal trends in spending, identify key contractors, and show whether spending has increased or decreased. It would also help determine if this $2.36 million award represents a significant change or continuation of past investment levels in facilities maintenance. Understanding historical spending is crucial for budgeting, identifying potential cost savings, and assessing the overall value of current contracts.
What specific services are included under 'custodial and trash removal'?
The term 'custodial and trash removal' typically encompasses a broad range of services aimed at maintaining the cleanliness and hygiene of federal facilities. This includes daily cleaning of offices, restrooms, common areas, and lobbies; dusting and vacuuming; emptying trash receptacles and ensuring proper waste disposal; and maintaining floors (sweeping, mopping, waxing). It may also extend to sanitizing high-touch surfaces, restocking supplies in restrooms, and general tidiness. The specific scope and frequency of these tasks would be detailed in the contract's Statement of Work (SOW) or Performance Work Statement (PWS).
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 2032H325R00012
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 700 12TH ST NW, WASHINGTON, DC, 20005
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,564,000
Exercised Options: $2,364,000
Current Obligation: $2,364,000
Actual Outlays: $983,005
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-04-01
Current End Date: 2027-03-31
Potential End Date: 2028-03-31 00:00:00
Last Modified: 2026-03-25
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)