FDA Presolicitation Notice for: MRC Operations and Maintenance Support Services, Laurel, MD.
ID: PreSol-2026-129160Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFOOD AND DRUG ADMINISTRATIONROCKVILLE, MD, 20857, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF MAINTENANCE BUILDINGS (M1EB)

Set Aside

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

    The U.S. Food and Drug Administration (FDA) is issuing a presolicitation notice for MRC Operations and Maintenance Support Services at the Muirkirk Road Complex in Laurel, Maryland. The procurement requires a contractor to provide 24/7 operational and maintenance support for all FDA buildings and facilities, including routine preventative maintenance, repairs for unplanned work orders, and seasonal snow and ice removal services. This contract is crucial for ensuring the continuous and efficient operation of FDA facilities, and it is set aside for small business vendors under NAICS code 561210, with a small business size standard of $47.0 million. The government intends to award one Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a five-year ordering period, and the solicitation will be available on www.SAM.gov around November 04, 2025. Interested vendors must have an active registration in SAM.gov to be considered, and questions will only be addressed after the solicitation is posted. For further inquiries, contact Sarah Hussain at sarah.hussain@fda.hhs.gov or Maria L. Finan at Linda.Finan@fda.hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Food & Drug Administration (FDA) is issuing a Presolicitation Notice for MRC Operations and Maintenance Support Services in Laurel, MD. This notice outlines the requirement for a contractor to provide 24/7 operational and maintenance support for all FDA buildings and facilities at the Muirkirk Road Complex. The work includes routine preventative maintenance, repairs for unplanned work orders, and seasonal snow/ice removal. The contractor must provide a fully trained workforce with appropriate security clearances. This procurement is set aside for small business vendors under NAICS code 561210 ($47.0M small business size standard) and PSC M1EB. The government intends to award one Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a five-year ordering period, using Tradeoff source selection procedures. The solicitation will be available on www.SAM.gov around November 04, 2025, and all vendors must have an active SAM.gov registration to be considered. Questions will only be answered after the solicitation is posted.
    Similar Opportunities
    FY26 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY26 Broad Agency Announcement (BAA) for advanced research and development in regulatory science. This opportunity aims to acquire basic and applied research that supports regulatory science and innovation, focusing on areas such as New Approach Methodologies, Advanced Manufacturing, and Clinical Outcome Assessments, among others. The FDA's initiative is crucial for enhancing scientific knowledge that aids in protecting and promoting public health, particularly for underrepresented populations and in reducing animal testing. Interested parties, including small businesses and academic institutions, are encouraged to submit proposals by February 24, 2026, and can reach out to Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728 for further information.
    FDA Data Dashboard Bridge Order
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is issuing a sole source bridge order to Salient CRGT, Inc. for the FDA Data Dashboard project. This procurement aims to support the FDA’s Division of Enforcement Systems Solutions through a limited source justification in accordance with FAR 8.405-6 requirements, utilizing the GSA MAS Schedule 54151S for Information Technology Professional Services. The services provided are critical for maintaining and enhancing the FDA's data management capabilities, ensuring effective enforcement and regulatory compliance. Interested parties can reach out to Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further details regarding this opportunity.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    Congress KnowWho for Salesforce Subscription Maintenance
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the Congress KnowWho for Salesforce Subscription Maintenance, a critical requirement for their Office of Legislative Affairs CAUCUS application. The procurement involves providing software subscriptions, with a contract structure that includes a one-year base period from February 1, 2026, to January 31, 2027, followed by two optional one-year extensions, potentially lasting until January 31, 2029. Interested vendors must submit a pricing schedule, software license agreements, and maintenance support agreements, with the proposal due date set for October 31, 2025, by 2:00 PM EST, and an extended deadline for quotes until December 15, 2025, at 6:00 PM EST. For further inquiries, vendors can contact Christina V. Brooks at chrbrooks@fdic.gov or by phone at 571-212-7820.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is planning to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment at Site G, with a Request for Proposal (RFP) expected to be released in February 2026. This procurement will involve services related to the storage, management, maintenance, and logistics of medical products within the U.S. The GSA will host a Virtual Industry Day on December 16, 2025, followed by Virtual Due Diligence sessions on December 17 and 18, 2025, to provide interested Industry Partners (IPs) with insights into the requirements and to facilitate technical inquiries. Interested parties must submit a signed Non-Disclosure Agreement (NDA) by December 12, 2025, to receive draft RFP documents and participate in the sessions. For further information, contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    NIH COGEN Maintenance and Repair
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.
    FCI MIAMI, FL SUBSISTENCE - MEAT, RELIGIOUS DIET, DAIRY, BREAD REQUIREMENTS 2ND QTR FY26
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotations for subsistence items, including meat, dairy, and religious diet requirements for the Federal Correctional Institute in Miami, Florida. This procurement is set aside for small business concerns, with specific NAICS codes of 311999 for subsistence and 311511 for dairy, and aims to ensure timely and accurate delivery of essential food products for the institution. Interested vendors must submit their quotes by December 16, 2025, at 2:00 p.m. EST via email to Jason Graffi at jgraffi@bop.gov, with awards anticipated to be made based on pricing and past performance evaluations. All future updates regarding this solicitation will be posted on www.sam.gov.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.