Housekeeping Services & Recycling Collection
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 National Institutes of Health (NIH) is soliciting proposals for Housekeeping Services & Recycling Collection for its facilities in Bethesda, Poolesville, MD, and other leased locations. This is a competitive 8(a) Set-Aside for a Firm Fixed-Price contract. The requirement is for comprehensive janitorial and recycling collection services to maintain clean, sanitary, safe, and functional environments. Proposals are due April 6, 2026, by 5:00 PM ET.
Scope of Work
The contractor will provide comprehensive custodial services, including routine cleaning, project cleaning, and operational support across five categories of spaces (Public, Staff, Health, Support, Exterior). This includes managing solid waste and recycling collection, responding to service requests, and performing pre-occupancy cleaning. The total cleanable square footage is estimated to range between 3,250,000 and 6,250,000 square feet. Specific performance standards, a Quality Control (QC) Program, and various reporting requirements are detailed in the Performance Work Statement (PWS).
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: A one-year base period (June 1, 2026 – May 31, 2027), four one-year option periods, and a potential six-month extension.
- Set-Aside: Competitive 8(a) Set-Aside
- NAICS Code: 561720 (Janitorial Services), with a $22M size standard.
- Place of Performance: Primarily NIH Headquarters in Bethesda, MD, including leased facilities and the Poolesville site.
- Proposal Due: April 6, 2026, 5:00 PM ET
- Published: March 9, 2026
- Key Milestones: Site visit on March 17, 2026; Questions due March 20, 2026.
Evaluation Factors
Award will be made using a Performance-Price Tradeoff (PPT) process, evaluating Past Experience, Past Performance, and Price. Past Performance is significantly more important than Price.
- Past Experience: Offerors must demonstrate recent (within 5 years) and relevant technical experience as a prime contractor on projects of similar scope, magnitude, and complexity, involving a minimum of 3 million square feet. Submit 3-5 contracts (3-page limit per contract).
- Past Performance: Requires 3-5 recent (within 5 years) and relevant contracts (3M+ sq ft). Offerors must submit completed Past Performance Questionnaires (Attachment #8) or CPARS reports.
- Price: Evaluated for completeness, fairness, and reasonableness using the provided Pricing Template (Attachment #6).
Submission Requirements
Proposals must be submitted electronically to amanda.tilton@nih.gov. Offerors must be registered in SAM.gov, complete FAR 52.212-3 Representations and Certifications (Attachment #3), and adhere to the Instructions to Offerors (Attachment #2). Compliance with the Service Contract Act Wage Determination (Attachment #11) is mandatory for labor costs. Invoicing instructions are provided in Attachment #7.