Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    NATIONAL CENTER FOR TOXICOLOGICAL RESEARCH (NCTR) ON-SITE FACILITY OPERATIONS AND MAINTENANCE (O&M) SUPPORT SERVICES

    Sol. FDA-SSN-132892Sources SoughtROCKVILLE, MD
    Closed
    STATUS
    Closed
    closed Feb 17, 2026
    POSTED
    Jan 28, 2026
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    Z1AZ
    Product & service classification

    AI Summary

    The FDA is seeking small business sources for on-site facility operations and maintenance support services at the NCTR. Interested firms should submit capability statements demonstrating relevant experience in facility management, including maintenance of utility systems and laboratory environments. This is a market research effort, not a solicitation.

    Contract details

    Solicitation No.
    FDA-SSN-132892
    Notice Type
    Sources Sought
    Posted Date
    January 28, 2026
    Response Deadline
    February 17, 2026
    NAICS Code
    561210AI guide
    PSC / Class Code
    Z1AZ
    Primary Contact
    Warren Dutter
    State
    MD
    ZIP Code
    20857
    AI Product/Service
    service

    Description

    MARKET RESEARCH PURPOSES ONLY

    NOT A REQUEST FOR PROPOSAL OR SOLICITATION

    The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) is issuing this source sought announcement in conducting market research on behalf of the National Center for Toxicological Research (NCTR), in order to determine if there are existing small business sources capable of providing on-site facility Operations and Maintenance (O&M) support services to perform a full range of operational and maintenance support including Work Order (WO)/Indefinite Delivery Indefinite Quantity (IDIQ) work services. Other than small business concerns, are also encouraged to submit a capability statement that provides company information, as well as information demonstrating that it can perform the services included in Attachment 1- PWS DRAFT.

    If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 561210 - Facilities Support Services; with a Small Business Size Standard of $47 Million and you believe that your firm would be able to provide the FDA with the services described in Attachment 1 – PWS DRAFT , please submit a capability statement emailed to Warren.Dutter@fda.hhs.gov.

    Background:  

    The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires on-site facility Operations and Maintenance (O&M) support services to perform a full range of operational and maintenance support including Work Order (WO)/Indefinite Delivery Indefinite Quantity (IDIQ) work services.

    The services include, but are not limited to, operations and maintenance of all campus utility systems; craft shop support services; operation and maintenance of utility plants and equipment; maintenance of all process and non-process equipment; maintenance, alteration and repair of buildings and structures; pest control and grounds maintenance; janitorial and housekeeping services; and cafeteria food service operation. Attachment 1- PWS DRAFT

     All firms responding to this sources sought notice must demonstrate their experience and/or capability by submitting qualification statements, including past performance references directly relating to the subject requirement. Qualification statements will be evaluated on the basis of the following:

    1. Research Facility & Laboratory O&M Experience
      1. Experience operating and maintaining AAALAC-accredited animal and laboratory research facilities, including environmental control support and protecting ongoing research.
      2. Experience performing O&M in specialized laboratory environments (e.g., Bio-safety Level 3 (BSL-3) capable spaces, Good Laboratory Practice (GLP) environments).

    1. HVAC, Refrigeration & Environmental Controls
      1. Experience with complex HVAC/R systems supporting laboratories and animal facilities up to the Bio-safety Level 3 (BSL-3) classification.
      2. Experience with Building Automation / Environmental Monitoring Systems (BAS/EMCS) including calibration, troubleshooting, and maintaining environmental integrity.

    1. Utility Plant Operations:
      1. Experience operating and maintaining the following major utility systems:
        1. High-pressure steam/boiler plants
        2. Potable water treatment systems
        3. Wastewater or industrial wastewater systems
        4. Chilled water / refrigeration plant systems
        5. Compressed air systems
        6. Medium-voltage (up to 13.8kV) electrical distribution

    1. Multi-Trade Maintenance Capabilities
      1. Ability to provide integrated craft services, including HVAC/R, electrical, plumbing, instrumentation, and general building maintenance.
      2. Experience performing repairs, alterations, or maintenance in occupied laboratory or research environments.

    1. Safety, Licensing & Regulatory Compliance
      1. Experience operating under OSHA, EPA, NFPA, and state regulatory requirements, including safe work in hazardous, restricted, or contamination-controlled areas.
      2. Ability to provide staff with required technical licenses (e.g., boiler operator, water treatment operator, refrigeration/EPA 608).

    1. Facility Support Services:
      1. Experience performing the following supporting services:
        1. Grounds maintenance (large campuses)
        2. Janitorial services in lab/admin facilities
        3. Pest control
        4. Cafeteria or institutional food service operations

    1. Experience managing facility operations supported by a workforce operating under a Collective Bargaining Agreement (CBA), including staffing, shift coverage, and labor coordination.

    1. Experience using a facility work management system (e.g., CMMS, ARCHIBUS, Maximo) to manage preventive maintenance, service requests, asset records, and reporting.

    1. Experience managing government or client-owned inventory, spare parts, or stockrooms, including accountability and replenishment processes

    Responses to this Sources Sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar services.  Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer all interested parties may respond. At a minimum, responses shall include the following:

    Capability Statement are limited to a maximum of 15 pages.

    • Business name and bio, unique entity identification (UEI) number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm.

    • Qualification statements shall provide enough information to determine if the company has the experience and qualifications to meet the requirement. When completing the qualification statement reference qualifications 1 through 8 and their subparts above. Qualification statements shall reference similar work that has been performed by the contractor; provide referenced contract number(s); a description of the work performed and end products produced; type of contract and the dollar value; for whom the services were performed and personal point of contact (name, title, address and telephone number); performance period and location; and number and type of personnel employed on the specified contract.

    • Descriptive literature, brochures, marketing material, etc. detailing the nature of the service the responding firm is regularly engaged in selling.

    • The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered services meet the qualifications identified above.

    • If applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the service is available on.

    • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested.

    • If a large business, provide whether subcontracting opportunities exist for small business concerns.

    • Informational pricing is desired.

    • The Government is not responsible for locating or securing any information, not identified in the response.

    Interested Contractors must respond with capability statements which are due by email to the point of contact listed below on or before February 17, 2026, by 1:00 PM Central Time at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: FDA-SSN-132892.

    Disclaimer and Important Notes:

    This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.

    Responses with weblinks will not be opened or viewed.

    Responses must demonstrate capability, not merely affirm the respondent's capability (i.e. the response must go beyond the statement that, "XYZ company can provide technical support").

    Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

    Confidentiality and Proprietary Information:

    No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s).

    Additional Notes:

    If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.

    This is a sources sought announcement, a market survey for written information only. this is not a solicitation announcement for proposals and no contract will be awarded from this announcement. no reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a RFQ package or solicitation. There is no RFP package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given.

    Key dates

    1. January 28, 2026Posted Date
    2. February 17, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NATIONAL CENTER FOR TOXICOLOGICAL RESEARCH (NCTR) ON-SITE FACILITY OPERATIONS AND MAINTENANCE (O&M) SUPPORT SERVICES is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.