Active SLED Opportunity · MARYLAND · WASHINGTON SUBURBAN SANITARY COMMISSION, MD

    Building Janitorial Services

    Issued by Washington Suburban Sanitary Commission, MD
    localRFPWashington Suburban Sanitary Commission, MDSol. 244369
    Open · 3d remaining
    DAYS TO CLOSE
    3
    due Apr 27, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Washington Suburban
    local
    NAICS CODE
    561720
    AI-classified industry

    AI Summary

    WSSC Water seeks proposals for building janitorial services at Support Center and Consolidated Lab facilities. Services include routine cleaning and additional tasks on a time and materials basis. Mandatory site visits required. Submission deadline April 27, 2026.

    Opportunity details

    Solicitation No.
    244369
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 27, 2026
    Due Date
    April 27, 2026
    NAICS Code
    561720AI guide
    Agency
    Washington Suburban Sanitary Commission, MD

    Description

    The Washington Suburban Sanitary Commission, MD (the "WSSC Water"), is soliciting sealed responses for Building Janitorial Services. Responses are to be submitted via WSSC's eProcurement Portal via https://procurement.opengov.com/portal/wsscwater PRIOR TO 2:00 pm on Monday, April 27, 2026. Late responses will not be accepted.

    The Contractor shall be fully responsible for the day-to-day Janitorial services of the Support Center and Consolidated Lab facilities, as defined in this Scope of Work. All work under this contract shall be performed on a firm fixed-price basis. Additionally, the Facility Services Division Manager or designee may request additional services outside of the routine scope of work, which shall be performed on a Time and Materials basis. These services include, but are not limited to:

    • Trash removal
    • Restroom cleaning 
    • Vacuuming
    • Carpet cleaning 
    • Dusting 
    • Daycare and Gym cleaning
    • High Dusting 
    • Day porter services

    The Contractor is solely responsible for determining the total man-hours required—beyond the minimum daily staffing levels specified in the solicitation—to perform all work outlined in this contract. The Contractor shall respond to all service requests in accordance with established Work Requests / Work Orders.

    The Contractor shall manage all materials and supplies responsibly and safely to meet the service level requirements. All materials must be properly stored at each facility, and Safety Data Sheets (SDS) must be maintained and readily available upon request by the Facility Services Division Manager or designee. A complete and up-to-date SDS book must be kept on-site at all buildings where Contractor-provided materials are stored or used, in compliance with OSHA standards.

    The specifications in this contract represent minimum required levels of service, work, and staffing. These are not intended to be limiting; rather, the Contractor is expected to maintain or exceed these minimums at all times. Furthermore, the Contractor shall take all necessary steps to ensure that work quality and staffing levels support the long-term preservation and functionality of the facilities and grounds.

    The descriptions included herein outline the minimum acceptable level of performance. Final determinations of acceptable service will be based on results, as evaluated by the Facility Services Division Manager or designee, not solely on frequency or method of performance.

    The Contractor shall provide all necessary resources, including management, supervision, personnel, materials, repair parts, and equipment to ensure timely and effective completion of all required services.

     

    Project Details

    • Reference ID: 101581
    • Department: General Services Department
    • Department Head: Fred Lees (General Services Director (Acting))

    Important Dates

    • Questions Due: 2026-04-09T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-06T17:00:00.000Z — Refer to the meeting agenda attached

    Meetings & Milestones

    EventDateLocation
    Site Visit *(attendance required)*2026-04-06T17:15:00.000Z14501 Sweitzer Lane, Laurel, Maryland 20707 - Lobby Level 12245 Tech Road, Silver Spring, Maryland 20904 - Lobby
    Site Visit (Backup Site Visit) *(attendance required)*2026-04-16T04:00:00.000Z14501 Sweitzer Lane, Laurel, Maryland 20707 - Lobby Level @ 9.00 AM 12245 Tech Road, Silver Spring, Maryland 20904 - Lobby The question submission deadline will not be extended for this backup site visit.

    Evaluation Criteria

    • Firms Experience (40 pts)

      Bidders will be evaluated on the following:

      1. Identify experience managing janitorial and cleaning service contracts (similar in scope and size) for facilities of similar size, complexity, and operational requirements.
      2. Identify experience in managing janitorial and cleaning service contracts of laboratory facilities
      3. Identify experience managing janitorial and cleaning service contracts of daycare centers

      Identify the following information for all references:

      1. Total number of clients served
      2. Contract Number
      3. Square footage of managed building.
      4. Types of services provided. 
      5. Year contract began and ended
      6. Service Provided
      7. Contract POC contact information
    • Technical Approach (35 pts)

      The Offeror shall provide the firm's experience as follows:

      1. Identify how you would handle the management of personnel (prime and subcontractors)
        1. Identify a plan for the change of personnel
        2. Backup staffing procedures
        3. Procedures for Emergency Service (after-hours requests)
          1. including identification of 24/7 points of contact information
        4. Procedures for coordination between the Offeror's PM and WSSC Water's CM
      2. Identify Start-up Plan
        1. Identify a plan to ensure a successful transition within 30 days of award
          1. Provide details and a proposed schedule for the following:
            1. Plan for the transition of services
            2. Onboarding of employees (prime and subcontractors)
            3. Set up of tools and equipment on-site
            4. Walk site locations
      3. Identify Management Plan
        1. Reporting issues/incidents
        2. Safety plan
        3. Corrective action procedures
        4. Quality Assurance, Quality Control Plan
          1. Inspection protocols
          2. Approach to ensure consistent services
      4. Equipment and Supplies
        1. Identify the equipment and supplies (interior and exterior) needed to service all requested locations. Break down the inventory per location.
        2. Identify the types of products used at each location and how such products will be used. Identify all products and specify which fall under the following categories: 
          1. Green
          2. Hazardous
    • Price (25 pts)

    Submission Requirements

    • MINIMUM QUALIFICATIONS
    • Has the Offeror attended the mandatory site visits at both locations and signed the official attendance logs (required)
    • Provides attendee(s) name(s) (required)
    • Does your firm have a minimum of 5 years of experience managing facilities totaling at least 200,000 square feet in multi-building or campus environments? (required)
    • Upload verifiable supporting documentation as evidence that must include the following: (required)
      • Total number of clients served.
      • Square footage of managed building.
      • Types of services provided
      • Years when services were completed
    • Does your firm have at least two (2) years' experience in providing janitorial services at laboratory facilities? (required)
    • Upload a written statement of qualifications that includes, at a minimum, the following: (required)
          • Total number of clients served.
          • Square footage of managed building.
          • Types of services provided
          • Years when services were completed
    • Does your firm have a EMR less than 1.0 or a TRIR less than 100% of the industry average based on NAICS Code(s) (required)
    • Provide designated Safety Representative (required)

      Upload resume here

    • Does your firm meet the MBE Optimization of Diverse Business Development Program requirements? (required)
    • Provide proof of approve MBE business certifications (required)
    • Appendix A: OSDI PARTICIPATION
    • Does your firm meet the MBE/SLBE Optimization of Diverse Business Development Program requirements? (required)
    • Provide proof of approve MBE business certifications and/or SLBE business registrations (required)
    • Please download and complete the attached OSDI Forms (required)

      Please download the below documents, complete, and upload.

    • Does your firm meet the SLBE Optimization of Diverse Business Development Program requirements? (required)
    • Provide proof of approve SLBE business registrations (required)
    • Appendix B: CERTIFICATE OF INSURANCE
    • Please upload your up to date Certificate of Insurance here (required)
    • Appendix C: SUBMISSION FORMS
    • Technical Proposal (WITHOUT COST) (required)

      Please upload your technical proposal here

    • CONSENT TO USE OF ELECTRONIC SIGNATURE (required)

      Please download the below documents, complete, and upload.

    • CERTIFIED INSURANCE CONFIRMATION (required)

      I certify that I will have on file within 10 days of Notice of Award, Certificates of Insurance acceptable to the Commission, meeting all requirements set forth in the Contract Document.

    • CONTRACT CERTIFICATION AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • CONSULTANT CONFLICT OF INTEREST AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • IRAN INVESTMENT ACTIVITY CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • STATEMENT OF BIDDER’S QUALIFICATIONS FORM (required)

      Please download the below documents, complete, and upload.

    • STATEMENT OF OFFEROR’S QUALIFICATIONS FORM (required)

      Please download the below documents, complete, and upload.

    • PRICING
    • Please upload your pricing here (required)
    • REFERENCES

      The Offeror shall provide three (3) references for contracts performed within the last five (5) years for janitorial services comparable to the requirements of this RFP the references should include. 

      1. Contract Number 
      2. Contract term 
      3. Square footage of facility 
      4. Contract Point of Contact (POC). 

      Requirements A through D above are mandatory and must be provided for all three (3) references.

    • Reference 1 (required)
    • Reference 2 (required)
    • Reference 3 (required)
    • Are you registered in WSSC Water's Supplier Portal? (required)
    • Please provide your Supplier Portal identification number (ID): (required)
    • Please confirm that you have registered prior to bid submittal (required)

      Please register at: www.wsscwater.com/supplier.

    • Prompt Payment Discount (required)
    • Solicitation Purpose? (required)
    • RFP purpose? (required)
    • IFB Purpose (required)
    • General Terms and Conditions? (required)
    • How will you be collecting pricing? (required)

      Select electronic pricing table if providing line items for the vendor to fill out

    • Bonding Requirements? (required)
    • Please select all relevant insurance types: (required)
    • Will you be awarding a single or multiple vendors? (required)
    • Will the Mid-Atlantic Purchasing Team Intergovernmental & Cooperative Purchasing Clause apply? (required)

      Select yes to show the Mid-Atlantic Purchasing Team Intergovernmental & Cooperative Purchasing Clause in the attachments

    • Identify OSDI's Participation Recommendation (required)
    • MBE Bid Price Preference: (required)
    • SLBE Bid Price Preference: (required)
    • MBE/SLBE Goal (required)
    • Select the Optimization of Diverse Business Development Program (required)

    Questions & Answers

    Q (Request for Facility Square Footage): Can the Commission provide the total square footage for each facility included in this solicitation, including a breakdown of office space, restrooms, laboratories, gym/daycare areas, and common areas?

    A: Offerors shall refer to Solicitation Attachment “Statistical Information” for the square footage of each facility. No further breakdown will be provided. Accordingly, attendance at the Site Visit is mandatory for all prospective Offerors.


    Q (Current Staffing Levels): Can the Commission provide information on the current or previous staffing levels (number of personnel and shifts) used to service these facilities?

    A: Previous contracting staff does not necessarily reflect future staffing needs, however there has been 2 Day Porters and between 10-20 night janitorial at any given time over the past 5 years.


    Q (Cleaning Frequency Requirements): Can the Commission clarify the required cleaning frequencies for key areas such as restrooms, laboratories, gym/daycare spaces, and high-traffic common areas?

    A: Please see Scope of Work 7.1 Janitorial and Cleaning Standard Services section.


    Q (Laboratory Cleaning Protocols): Are there any specific cleaning standards, certifications, or protocols required for laboratory areas, including restrictions on chemicals or procedures?

    A: There are no specific certifications or protocols required for laboratory areas. Refer to the solicitation Scope of Work 7.1 Janitorial and Cleaning Services, specifically A.1.b.i.IV.II "No ammonia-based cleaning products permitted - all cleaning materials used in the lab must be submitted and approved by the Facility Services Division Manager or designee prior to use". Additionally, assigned personnel are required to wear lab coats and safety goggles while performing cleaning activities in laboratory areas.


    Q (Day Porter Requirements): Are there defined hours or minimum staffing requirements for day porter services at each facility?

    A: See Scope of Work 7.2 Roles and Responsibilities a. ii. Day Porter


    Q (Pricing Format Clarification): Should the firm fixed-price proposal be submitted as a monthly rate, annual rate, or both?

    A: See 9 Pricing Proposal. The monthly rate should be entered, and this will be multiplied by 12 for an annual rate.


    Q (SDS and Safety Requirements): Are there any facility-specific safety requirements or additional documentation beyond standard OSHA-compliant SDS documentation that must be maintained onsite?

    A: No. There are no facility-specific safety requirements or additional documentation beyond standard OSHA-compliant Safety Data Sheet (SDS) documentation required to be maintained onsite.


    Q (Contract): Is there any MBE goal? Or requirment as SBR?

    A: There is no MBE/SLBE subcontracting goal. WSSC Water does not accept SBR requirements. However since this is an ODBDP request, only vendors who are currently (not expired or pending) certified-MBE by one of the five (5) certifying bodies outlined in the Appendix A, or WSSC Water-SLBE Approved are eligible to apply for this solicitation. Those are the only certifications and SLBE approvals currently recognized by WSSC Water. Please read the Appendix A documents carefully to ensure you are meeting the requirements to bid.


    Q (Submissio): Under the Support Center pricing breakdown, all areas appear to be listed except for the Mezzanine Level. Please confirm if this will be added in a revised price sheet, or advise under which area this should be included for pricing purposes.

    A: There is no Mezzanine area at the Support Center.


    Q (Submission): The current price sheet reflects detailed pricing per area for the Support Center, while the Consolidated Lab is shown as a single total price. Please confirm if this structure is correct as issued, or if a revised price sheet will be provided to reflect pricing per area for the Consolidated Lab as well.

    A: The pricing structure is confirmed as issued. As the Consolidated Laboratory is a single-story facility, a single all-inclusive price is required for cleaning services. However, a revised price sheet will be provided in addendum 1, to include additional line items for both the Support Center and the Consolidated Laboratory.


    Q (Contract): Can you please confirm the last contract price?

    A: Janitorial services have not previously been solicited as a standalone contract, as they were historically included within a broader Facility Maintenance contract. As such, there is no separate historical contract price to provide. Additionally, such a request shall be made to the Maryland Public Information Act (MPIA), and addressed to the Corporate Secretary at MPIA-request@wsscwater.com.


    Q (Scope of Work): Please confirm if the window cleaning required under the Standard Scope of Work includes interior windows only, or both interior and exterior windows.

    A: See Solicitation Section 9. Pricing Proposal items 21 and 22 under Additional Services.


    Q (Scope of Work): The Standard Scope of Work includes services such as window cleaning, carpet cleaning, and floor stripping and waxing. However, these same services are also listed separately under Time and Materials. Can you please confirm whether these services must be included in the fixed price for each location, or if they should be excluded from the base pricing and only performed and billed under Time and Materials?

    A: These services are included in the Standard scope and should be priced. They should also be priced in the Additional Services section per square foot.


    Q (No subject): bid bond or performance bond requirement?

    A: A bid bond and/or performance bond requirement is not included in this solicitation. Offerors are not required to submit a bid bond or performance bond as part of their bid submission.


    Q (Appendix A Clarification): Please share the location of the Appendix A requirement for percentage goal for the project. Also is a prime contractor required to preform a percentage of the work themselves.

    A: Please refer to Solicitation Section 10. Vendor Questionnaire, 2.2. Appendix A: OSDI Participation. Appendix A may be downloaded, completed, and uploaded where appropriate.


    Q (Pricing ): Current option year contract value

    A: To ensure an accurate response, please provide additional context regarding your question on the 'Current Option Year Contract Value.


    Q (No subject): Hello, could you please advise who the current contractor is for the cleaning services contract, and if available, the awarded pricing or rate associated with that contract?

    A: The incumbent is Community Bridge. Refer to question 11 regarding the awarded price.


    Q ( ): Section A(1)(b)(I)(iv) of the Scope of Work specifies that janitorial services for the laboratory must include daily damp mopping and, presumably, the emptying of trash. These requirements illustrate that the scope of janitorial duties for the lab is limited in nature and focuses primarily on routine cleaning tasks. Section 2, Minimum Qualifications, currently mandates that any Offeror must possess at least two (2) years of experience providing janitorial services specifically at laboratory facilities. This stipulation is viewed as excessively restrictive, given the basic nature of the required services. The concern is that such a requirement could unnecessarily limit competition by excluding qualified Offerors who have sufficient janitorial experience but may not have worked specifically in laboratory settings for two years. Will WSSC reconsider the two-year laboratory experience requirement and instead, require Offerors to demonstrate their experience and capability in performing the essential tasks—damp mopping floors and emptying trash—in a laboratory environment. This adjustment would ensure that qualified Offerors are not excluded based solely on the specificity of previous laboratory experience, while maintaining the integrity of service standards required for the facility.

    A: A minimum of two (2) years of experience providing janitorial services in a laboratory setting is required to ensure that Contractor personnel possess the necessary knowledge and understanding of this specialized environment. This requirement is intended to safeguard personnel safety and maintain the integrity of laboratory operations. Accordingly, this minimum qualification will remain unchanged.


    Q (Chemicals - Laboratory Areas): Can WSSC provide a list of approved cleaning chemicals for use in laboratory areas?

    A: WSSC Water does not maintain or provide a prescribed list of approved cleaning chemicals for laboratory areas, as acceptable products may vary based on applicable industry standards, regulations, and specific laboratory requirements. Offerors are expected to possess the necessary experience and expertise to identify and utilize appropriate, industry-approved cleaning chemicals suitable for laboratory environments. For this Contract, the successful awardee shall propose the cleaning products for use after award. All proposed products will be subject to review and approval by the WSSC Water Laboratory Manager or their designee.


    Q (Background Checks): Please confirm if the Commission will pay for the required background checks or if the Contractor is responsible for this cost.

    A: The Commission will cover the cost of background checks for all required personnel. Please refer to Solicitation section 5 - General Conditions, Section 5.38 – Security for detailed information.


    Q (Shower Curtains): Are shower curtains provided by WSSC or Contractor?

    A: Curtains are provided by the contractor. The only material furnished by WSSC is listed in Section 7.3 Furnished Materials are provided by WSSC Water.


    Q (Air Fresheners): Are air fresheners provided by WSSC?

    A: No. The only items WSSC Water is supplying are listed in 7.3 of the scope of work.


    Q (Equipment): Can WSSC provide a list of any/all equipment required for this contract and who purchases the equipment (WSSC or Contractor)?

    A: WSSC Water Furnished supplies are listed in Section 7.3 of the scope of work. Everything else is supplied by the contractor. This would include all equipment necessary to perform the scope of work, such as carts, mops, buckets, vacuums, carpet cleaning equipment, and chemicals. This is a brief list and is not to be considered everything that the contractor will need.


    Q (Consent to Use of Electronic Signature): On p. 49 of the Solicitation file, there is a link to the "Consent to Use of Electronic Signature" form, but that link doesn't appear to be working. Can you provide the link or form for download?

    A: We have verified the link, and the file is opening correctly on our end. If you are encountering an expiration message, please try refreshing the link or accessing it using a different browser. Let us know if the issue persists.


    Q (Snow Removal): Is there any snow removal requirements for sidewalks. If so, do you provide the ice melt?

    A: There are no snow removal requirements for sidewalks under this contract.


    Q (Site Visit): We were unable to attend the mandatory site visit that was scheduled for April 6th at 1:15pm. Please confirm that if we are to attend the site visit that is scheduled for April 16th at 9:00am that we would still be able to bid on this project.

    A: Yes, the backup site is scheduled, and reservations are now open.


    Q (Curtains & Blinds): Do these need to be actually washed or just wiped and dusted? How many are there?

    A: Please clarify which specific items you are referring to? Once we have that information, we will respond accordingly.


    Q (Qualifications): Does the prime have to have all of the Qualifications or can a sub have some of the required qualifications such a past performance?

    A: Each offeror proposal (includes Prime and Subcontractor listed) must meet all minimum qualifications listed in the solicitation.


    Q (certifications): In the minimum qualifications list provided, it does not mention certifications being required. Which if any certifications are required for companies to be eligible for bid?

    A: Refer to question 4.


    Q (minimum qualifications): If submitting as a teaming agreement, can the subcontractor be the entity with the "200,000 sqft and involving multi-building or campus environment" qualification or does it have to be the prime?

    A: Refer to question 28


    Q (experience): If the prime does not have laboratory experience but the subcontractor does, is that acceptable as the qualification standard?

    A: Refer to question 28


    Q (No subject): 1- Is this contract subject to the Service Contract Act (SCA), prevailing wage requirements, or any collective bargaining agreements? If so, please provide applicable wage determinations, union requirements, and any incumbent wage/fringe benefit information.

    A: No wage determination applicable to this RFP.


    Q (No subject): 2- Can WSSC provide the detailed “Statistical Information” attachment, including total and cleanable square footage by building, floor, and area type (office, lab, common areas, etc.)?

    A: Please review the Statistical Data again. All information being provided is listed in this attachment.


    Q (security clearance): Per the instructions to bidders or offerors pdf, section 3.5 mentions security clearance is required to obtain plans and drawings. Is this requirement applicable to this contract? if so, must this clearance be requested and granted prior to bid submission due date?

    A: Yes to obtain drawings the individual must be cleared as stated in section 3.5.


    Q (No subject): 3- Please clarify supplies to be provided by the contractor. Our understanding is that the Fix Firm Price should include all cleaning/chemicals/equipment but also all consumable and paper products (toilet paper, paper towels, trash liners, etc.)? Are hand hygiene products to be included in the fix price as well (soap and hand sanitizer)? Would WSSC be able to provide current product list and/or historical usage data?

    A: Please refer to question 23.


    Q (No subject): 4- Are there any restrictions on working hours, access to facilities after hours, or limitations for performing night work, and are there any areas requiring special access or escort? During what hours is cleaning being currently performed?

    A: No restriction / limitations to facilitate after passing a background. Current cleaning hours are the same as in this scope of work, solicitation section 7.1.A.1.


    Q (Window Cleaning): Is the twice annually window and blind cleaning only interior windows or does it also include exterior? Is there a maximum height (for example up to 8 feet) that this is in reference to?

    A: Blinds shall be cleaned twice annually (windows are not mentioned). The entire blind shall be cleaned.


    Q (Supervisor Requirement): Is there any requirement for supervisory positions during daytime, nighttime, or lab service hours? Aside from a dedicated administrative manager/POC mentioned in the RFP.

    A: The expectation is that the nighttime crew has a working supervisor, at both locations.


    Q (Supplies): What products will be provided by the WSSC if any? Will WSSC be providing consumable products such as toilet paper, soaps, paper towel, etc. or will that be the responsibility of the awarded contractor?

    A: Refer to question 23.


    Q (Carpet Cleaning): In section A.1.B.i.V. Carpet Cleaning, what is the total square footage of carpeted flooring to be serviced?

    A: Refer to the Statistical Data in the attachments.


    Q (Strip and Wax): Other than in the daycare, is there an expectation for strip and waxing tile floor? If so what is the total square footage of serviceable area? Item number A.1.B.i.I mentions maintaining but not the frequency of reapplication if the work is required.

    A: Tile floors will need to be stripped and waxed to maintain their high level of luster (SOW 7.1.A.1.B.i.1). For square footage, refer to Statistical Data in the attachments.


    Q (Site Visit): Regarding our previous question about site visits, it was mentioned that reservations are now open for the backup mandatory site visit. However, we do not see information in the solicitation documents outlining how to submit a reservation. Could you please confirm the process for submitting a reservation?

    A: Reservations can be done through the " Events RSVP" tab.


    Q (teaming agreement): If we submit a bid as a teaming agreement, is it sufficient for one member to have the required certifications? Must the prime or subcontractor have the certifications?

    A: Refer to question 28.


    Key dates

    1. March 27, 2026Published
    2. April 27, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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