FDA Solicitation Notice for: MRC Operations and Maintenance Support Services, Laurel, MD.
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. Food and Drug Administration (FDA) is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Operations and Maintenance (O&M) Support Services at its Muirkirk Road Complex (MRC) in Laurel, Maryland. This is a Total Small Business Set-Aside with a maximum value of $49 million over a five-year ordering period. Proposals are due March 4, 2026, at 1600 ET.
Scope of Work
The contractor will provide comprehensive 24/7/365 O&M services for all buildings, facilities, and infrastructure across the 198-acre MRC site. This includes:
- Routine O&M: Continuous operations, preventive maintenance, reactive maintenance, and technical services for architectural, structural, mechanical (HVACR, steam, boilers, chillers, compressed air), electrical, building automation, fire protection, life safety, vertical transportation, and plumbing systems.
- Specialized Support: Maintenance for laboratory equipment, animal facility environmental controls, laboratory gas systems, specialized water systems (RO, de-ionized, distilled), and wastewater pretreatment operations.
- Ancillary Services: Snow and ice removal, and non-standard repair projects (e.g., transformer replacement).
Contract Details
- Contract Type: Single-award Indefinite Delivery, Indefinite Quantity (IDIQ)
- Ordering Period: Five (5) years, from May 1, 2026, to April 30, 2031.
- Maximum Value: $49,000,000.
- Minimum Guarantee: The obligated base period of the first task order. Note: Funds are not presently available for the guaranteed minimum.
- Set-Aside: Total Small Business (NAICS 561210, Size Standard $47M).
- Place of Performance: FDA Muirkirk Road Complex, 8301-8501 Muirkirk Road, Laurel, MD 20708.
Key Requirements & Personnel
Contractor personnel require FDA-issued identification badges and security clearances (Tier 1/2 risk designation). Key personnel include a Project Manager, Chief Engineer, and Environmental Health and Safety Manager, among others, with specific qualifications. Compliance with all federal, state, and local codes, standards (e.g., OSHA, NEC, NFPA, ASME, ASHRAE), and manufacturer recommendations is mandatory.
Submission & Evaluation
Proposals must be submitted electronically via email and organized into Administrative, Technical (160-page limit), and Price volumes. Evaluation will be based on a best-value tradeoff, with non-price factors (Corporate Experience, Technical Approach, Management Approach, Key Personnel, Past Performance) being significantly more important than Price. Offerors must achieve at least a "Some Confidence" rating on Factors 1-4. A mandatory pre-proposal site visit was completed on February 11, 2026. Offerors must be registered in SAM.gov. The incumbent contractor is NVE, Inc. (Contract 75F40124D00066).
Contact Information
Primary: Maria L. Finan (Linda.Finan@fda.hhs.gov) Secondary: Sarah Hussain (sarah.hussain@fda.hhs.gov)