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) is soliciting proposals for Operations and Maintenance (O&M) Support Services for its Muirkirk Road Complex (MRC) in Laurel, Maryland. This is a Total Small Business Set-Aside for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a potential value of $49 million. Proposals are due March 4, 2026, at 4:00 PM ET.

Opportunity Overview

The FDA seeks a single contractor to provide comprehensive O&M services to ensure the continuous, safe, and efficient operation of all buildings and facilities at the 198-acre MRC site. This solicitation uses Standard Form 1449 (SF-1449) and requires registration in SAM.gov.

Scope of Work

The IDIQ contract will cover a broad range of services, ordered via task orders, including:

  • Routine Operations & Maintenance: 24/7 facility operations, preventive maintenance, and reactive maintenance for building systems (HVACR, electrical, plumbing, fire protection, BAS), utility systems, and specialized environments (e.g., BSL-2/3, vivarium, aquaculture).
  • Repair & Restoration Services: Corrective maintenance for minor and major repairs.
  • Project & Modification Services: Capital improvements, renovations, and system upgrades.
  • Specialized Technical Services: Engineering, testing, certification, and environmental services.
  • Emergency & On-Call Services: Rapid response for urgent situations.
  • Specialized Facility Services: Grounds maintenance, snow removal, and waste handling. The anticipated first task order focuses on continuous operations, preventive maintenance, corrective/emergency response, utilities plant operations, and specialized environment support.

Contract Details

  • Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Ordering Period: Single 5-year ordering period (May 1, 2026, to April 30, 2031)
  • Contract Ceiling: $49,000,000
  • Guaranteed Minimum: The obligated base period of the first task order
  • Place of Performance: FDA Muirkirk Road Complex, Laurel, MD (8301-8501 Muirkirk Road)

Eligibility & Submission

  • Set-Aside: Total Small Business (NAICS 561210, Size Standard $47M)
  • Registration: Offerors must be registered in SAM.gov.
  • Proposal Due: March 4, 2026, 4:00 PM ET.
  • Submission: Electronically to the Contract Specialist.
  • Proposal Structure: Administrative Volume, Technical Proposal (5 factors, 160-page limit), and Price Proposal.
  • Mandatory Site Visit: Completed February 11, 2026. Attendance was required for proposal consideration.

Evaluation Criteria

Award will be based on a best-value tradeoff, with non-price factors significantly more important than price. Key non-price factors include Corporate Experience, Technical Approach, Management Approach, Key Personnel, and Past Performance. Proposals must achieve at least a "Some Confidence" rating on Factors 1-4.

Special Requirements

Contractors must have a minimum of 5 years of O&M experience in research/laboratory facilities, including AAALAC-accredited and BSL-2/BSL-3 labs. Personnel require FDA-issued badges and security clearances (Tier 1 Non-Sensitive Low Risk). Strict adherence to safety, health, and environmental compliance is mandatory.

Important Notes

Funds are not presently available for the guaranteed minimum; no award will be made until adequate funds are available. The Government reserves the right to cancel the solicitation.

People

Points of Contact

Maria L. FinanPRIMARY
Sarah HussainSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3
Solicitation
Posted: Feb 25, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 12, 2026
Version 1
Solicitation
Posted: Feb 2, 2026
View
FDA Solicitation Notice for: MRC Operations and Maintenance Support Services, Laurel, MD. | GovScope