FDA Solicitation Notice for: MRC Operations and Maintenance Support Services, Laurel, MD.

SOL #: 75F40126R00006Solicitation

Overview

Buyer

Health And Human Services
Food And Drug Administration
FOOD AND DRUG ADMINISTRATION
ROCKVILLE, MD, 20857, United States

Place of Performance

MD

NAICS

Facilities Support Services (561210)

PSC

Operation Of Maintenance Buildings (M1EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 4, 2026, 9:00 PM

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 Food and Drug Administration (FDA) has issued a solicitation for Operations and Maintenance (O&M) Support Services at the Muirkirk Road Complex (MRC) in Laurel, MD. This requirement will be fulfilled via a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period and a total ceiling of $49,000,000. Proposals are due March 4, 2026.

Scope of Work

The contractor will provide all labor, materials, and management for 24/7/365 operations at the 198-acre research campus. Key responsibilities include:

  • Routine O&M: Maintenance of HVACR, electrical, plumbing, steam, and Building Automation Systems (BAS).
  • Specialized Lab Support: Maintenance for BSL-2/BSL-3 laboratories, vivariums, aquaculture facilities, and high-purity water systems.
  • Preventive & Reactive Maintenance: Comprehensive PM programs and emergency repair response.
  • Ancillary Services: Snow and ice removal, grounds maintenance, and non-standard repair projects (e.g., transformer replacement).

Contract & Timeline

  • Type: Single-Award IDIQ (FFP, T&M, and Labor-Hour task orders)
  • Duration: 5-year ordering period (May 1, 2026 – April 30, 2031)
  • Set-Aside: Total Small Business (NAICS 561210; Size Standard $47M)
  • Mandatory Site Visit: February 11–12, 2026
  • Questions Due: February 17, 2026
  • Proposals Due: March 4, 2026, at 4:00 PM ET

Evaluation

Award will be based on a Best-Value Tradeoff. Non-price factors are significantly more important than price and include:

  1. Corporate Experience
  2. Technical Approach
  3. Management Approach
  4. Key Personnel
  5. Past Performance

Additional Notes

Attendance at the mandatory site visit is required for proposal consideration. Note that funds are not currently available for the guaranteed minimum; the award is contingent upon fund availability.

People

Points of Contact

Maria L. FinanPRIMARY
Sarah HussainSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3
Solicitation
Posted: Feb 25, 2026
View
Version 2
Solicitation
Posted: Feb 12, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 2, 2026