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

    Building Operations and Maintenance

    Issued by Washington Suburban Sanitary Commission, MD
    localRFPWashington Suburban Sanitary Commission, MDSol. 244516
    Open · 11d remaining
    DAYS TO CLOSE
    11
    due May 4, 2026
    PUBLISHED
    Apr 2, 2026
    Posting date
    JURISDICTION
    Washington Suburban
    local
    NAICS CODE
    561210
    AI-classified industry

    AI Summary

    WSSC Water seeks a contractor for building operations and maintenance of its Support Center and Consolidated Lab facilities in Maryland. Services include landscaping, trash removal, pest control, fire extinguisher servicing, and event support. The contract is firm fixed-price with task order options. Mandatory site visits are scheduled in April 2026. Proposals due May 4, 2026.

    Opportunity details

    Solicitation No.
    244516
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 2, 2026
    Due Date
    May 4, 2026
    NAICS Code
    561210AI guide
    Agency
    Washington Suburban Sanitary Commission, MD

    Description

    The Washington Suburban Sanitary Commission, MD (the "WSSC Water"), is soliciting sealed responses for Building Operations and Maintenance. Responses are to be submitted via WSSC's eProcurement Portal via https://procurement.opengov.com/portal/wsscwater PRIOR TO 2:00 pm on Monday, May 4, 2026. Late responses will not be accepted.

    The Contractor shall be fully responsible for the day-to-day operations and maintenance (O&M) of the Support Center and Consolidated Lab facilities, as defined in the contract. Additionally, the Contractor may be requested to perform services at other WSSC-owned facilities on a task order basis.
     
    All work under this contract shall be performed on a firm fixed-price basis. Additionally, the Facility Services Division Manager or designee may request services outside of the routine scope of work, which shall be performed on a Task Order basis. Standard services included in the contract, but are not limited to:
     
    • Trash Removal / Recycling
    • Landscape and Grounds Maintenance
    • Fire Extinguisher Servicing
    • Integrated Pest Management
    • Rug Cleaning
    • Indoor Plant Maintenance
    • Geese Control
    • Limited Maintenance Tasks
    • Window Cleaning
    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.
     
    In addition to routine responsibilities, the Contractor must provide adequate daytime staffing to support additional activities, including but not limited to:
    • Moving furniture and file cabinets
    • Hanging or removing artwork in the Lobby Area and GM Suite
    • Setting up meeting rooms and the Auditorium
    • Installing temporary signage
    • Preparing for special events and functions
    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.  All parts, components, or improvements installed or made by the Contractor during the term of this Contract shall become and remain the property of WSSC Water.

    Background

    The Contractor will be responsible for complete day-to-day operations and maintenance of the Support Center and Consolidated Lab facilities, with potential additional work at other WSSC Water-owned facilities on a task order basis. All work will be performed on a firm fixed-price basis, with certain additional services (Garage and Parking lot cleaning, window cleaning, Kitchen Hood and Exhaust Cleaning and Inspection, etc.) as requested and Task Order work performed as requested by the Facility Services Division Manager or his designee.

    The Contractor must provide all necessary resources—including management, personnel, materials, tools, and equipment—to meet or exceed the minimum service levels specified in the contract. Beyond routine O&M duties, the Contractor is required to maintain adequate daytime staffing for additional activities such as furniture moving, meeting room setup, artwork installation, and special event preparation. All materials and supplies must be managed safely with proper storage and current Safety Data Sheets maintained on-site in compliance with OSHA standards.

    Project Details

    • Reference ID: 101584
    • Department: General Services Department
    • Department Head: Fred Lees (General Services Director (Acting))

    Important Dates

    • Questions Due: 2026-04-14T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-08T13:00:00.000Z — Refer to the meeting agenda attached

    Meetings & Milestones

    EventDateLocation
    Site Visit *(attendance required)*2026-04-08T13:15:00.000Z14501 Sweitzer Lane, Laurel, Maryland 20707 - Lobby Level 12245 Tech Road, Silver Spring, Maryland 20904 - Lobby
    Site Visit (Backup Site Visit) *(attendance required)*2026-04-20T13:30:00.000Z14501 Sweitzer Lane, Laurel, Maryland 20707 - Lobby Level 12245 Tech Road, Silver Spring, Maryland 20904 - Lobby The question submission and the solicitation deadlines will not be extended for this backup site visit.

    Addenda

    • Addendum #1 (released 2026-04-10T19:48:50.570Z) —

      This Addendum No. 1 extends the deadline for bidder inquiries and includes the pre-proposal meeting slides.

    Evaluation Criteria

    • Firm's Experience (35 pts)

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

      1. Identify experience managing operations and maintenance contracts (similar in scope and size) focused on the following:
        1. electrical
        2. plumbing
        3. mechanical
        4. landscaping
        5. trash/recycling
        6. pest control
        7. fire extinguisher inspections
        8. rug cleaning
        9. geese control services
      2. Identify experience managing operations and maintenance contracts of laboratory facilities
      3. Identify experience managing operations and maintenance contracts of daycare centers

      Identify the following information for all references:

          • Total number of clients served
          • Contract Number
          • Square footage of managed building.
          • Types of services provided. 
          • Year contract began and ended
          • Service Provided
          • Contract POC contact information 
    • Key Personnel (30 pts)

      Identify the resumes for the following key personnel: Personnel listed in RFP are expected to be the personnel who will be working on this contract.

      1. Project Coordinator
        1. Years of experience in Operation, Maintenance, and Custodial Services
        2. The client they supported
        3. Square Feet of the Facility
        4. Type of Facility
      2. Scheduler
        1. Years of experience as a scheduler
        2. Identify skillsets
          1. Microsoft Office
          2. All Computerized Maintenance Management Systems used
          3. Customer Service skills
      3. Electrician
        1. Years of experience
        2. Years of experience in commercial building
        3. Attach all certifications and licenses
      4. Building Maintenance Technicians
        1. Years of experience
        2. Years of experience in commercial building
        3. Attach all certifications and licenses

      All resumes for the key personnel shall be submitted and include the following:

        1. Full name
        2. Detailed description of the previous five (5) years of employment history, including responsibilities
        3. The names and addresses of the company’s applicants worked for them in the past five (5) years.
    • Technical Approach (25 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. Approach and Procedures for the following services:
        1. Electrical work
        2. Plumbing work
        3. Mechanical work
        4. Landscaping services
        5. Trash/Recycle
        6. Pest Control Services
        7. Fire Extinguisher Inspections
        8. Rug Cleaning
        9. Geese Control Services
    • Price (10 pts)

    Submission Requirements

    • MINIMUM QUALIFICATIONS

      Each Offeror must meet the following minimum qualifications to be considered for the Award:

    • Did the Offeror attended the mandatory site visits at both locations and signed the official attendance logs? (required)
    • Provides attendee(s) name(s) (required)
    • Can the offeror demonstrate experience within the past five (5) years or currently, but no less than three (3) contracts in which services were delivered within a single facility of no less than 270,000 square feet? (required)

      Each submitted contract must include services covering at least five (5) of the eight required categories: Landscaping, Trash and Recycling, Pest Control, Fire Extinguishers, Rug Cleaning, Geese Control, Indoor Plant Maintenance, Electrical and Plumbing maintenance. 

    • Upload verifiable supporting documentation as evidence that must include the following: (required)
      • Total number of clients served
      • Contract Number
      • Square footage of managed building.
      • Types of services provided. 
      • Year contract began and ended
      • Service Provided
      • Contract POC contact information 
    • Does the Offeror meet the following safety performance criteria: Experience Modification Rate (EMR) of less than 1.0; or Current Total Recordable Incident Rate (TRIR) or other incident rate below 100% of the industry average for the applicable NAICS code(s)? (required)

      If Yes, please upload a verifiable Document

    • If No, the Offeror must confirm that it will designate a Safety Representative whose primary responsibility will be accident prevention: (required)

      Upload the resume of the proposed Safety Representative, including a description of roles/responsibilities demonstrating focus on accident prevention, and their certifications.

    • Appendix A: OSDI PARTICIPATION
    • Does your firm meet the MBE Optimization of Diverse Business Development Program requirements? (required)
    • Provide proof of approve MBE business certifications (required)
    • Does your firm meet the SLBE Optimization of Diverse Business Development Program requirements? (required)
    • Provide proof of approve SLBE business registrations (required)
    • 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.

    • 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

      Please list 3 references below including the following information:

      1. Name and address of customer.
      2. The name, title, telephone number, and e-mail of customer contact.
      3. Description of the work performed, contract title, contract dates and price range (over or under $________)
    • 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 (Bonding): Is performance and payment bonding a requirement of the prime or can a sub provide bonding as well?

    A: Please refer to Section 6 of the solicitation - Insurance Requirements.


    Q (No subject): 1. Can WSSC please clarify the exact definition of “a single facility of at least 270,000 square feet” in Minimum Qualification #2? Does this refer to gross square footage, net usable square footage, or conditioned square footage? 2. Section 2.3 requires the Prime Contractor’s EMR < 1.0 or TRIR < 100% of industry average. If our EMR is exactly 1.0, are we automatically required to designate a dedicated Safety Representative, or is there discretion? 4. The solicitation states the Contractor is “solely responsible for determining the total man-hours required—beyond the minimum daily staffing levels.” Where in the solicitation documents are the exact minimum daily staffing levels (by shift, by facility, by trade) specified? 5. Please define “Limited Maintenance Tasks” (listed in Section 1.1). What specific tasks are included/excluded (e.g., minor plumbing, electrical, HVAC filter changes, light bulb replacement, door hardware adjustments)? 6. Are the two primary facilities (Support Center at 14501 Sweitzer Lane and Consolidated Lab at 12245 Tech Road) to be staffed with separate dedicated crews, or may a single crew service both sites daily? If shared staffing is allowed, what travel-time or response-time requirements apply? 8. For the firm fixed-price portion (Line Items 1–6), must the Offeror include all routine services listed in Section 1.1 (trash, landscaping, fire extinguishers, pest control, etc.) at both facilities, or may certain services be priced separately per building? 9. Section 4.5 states that hourly rates in the Additional Services section (Line Items 21–26) must be “fully burdened … inclusive of all overhead and profit.” Does this rate also include any required safety, security, or background-check costs, or may those be billed separately on Task Orders? 10. For Task Order work at “other WSSC-owned facilities,” will WSSC provide a list of potential sites and estimated annual hours, or will each Task Order be negotiated entirely at the time of request? Will the same fully-burdened hourly rates from Line Items 21–26 apply to all Task Orders? 11. TAB 1 – Firm’s Experience: The 40-page limit excludes “documentation required in Tabs 4, 5 and any resumes, exhibits, appendices.” May we include project photos, sample work orders, or maintenance logs as exhibits without counting against the 40-page limit? 12. Technical Approach (TAB 3): Will WSSC accept a single integrated approach document for both the Support Center and Consolidated Lab, or must separate narratives be provided for each facility? 14. The solicitation references Attachment D – WSSC Water Contractor Health and Safety Qualification Questionnaire. Is this form required at proposal stage, or only after award? 15. Will WSSC accept an OCIP or CCIP for the General Liability and Workers’ Compensation coverage, or must the Contractor provide its own stand-alone policies meeting the limits in Section 6? 18. Attachments B (RGH Report) and C (Consolidated Lab Report) appear to contain data that will affect landscaping, pest control, and indoor plant maintenance. Will WSSC provide the full reports in native (searchable) PDF format, or only the scanned versions currently posted? 19. Attachment A – Statistical Information: Does this include current square footage, annual waste volumes, current landscaping acreage, and current number of fire extinguishers at each facility? If not, can WSSC provide these baseline figures? 20. Can WSSC identify the current incumbent contractor performing the Building Operations and Maintenance services at the Support Center and Consolidated Lab facilities? If so, will any performance history, transition requirements, or lessons learned from the current contract be shared with Offerors? 21. Will WSSC disclose the current annual contract value (or the pricing history for Line Item 2 – Landscaping/Grounds Maintenance, including snow removal) to assist Offerors in developing competitive fixed-price proposals? If not, is there any publicly available information or benchmark data that can be referenced? 22. Please confirm that all snow and ice removal services—pre-treatment, de-icing chemicals, labor, equipment, mobilization, daily 7:00 A.M. clearance (with photographs), snow stockpiling, and emergency response—are fully included in the single fixed-firm annual price for Line Item 2 (Landscaping/Grounds Maintenance, including snow removal) with no separate task-order reimbursement or unit pricing for individual snow events. 23. What are the exact “designated areas” for snow removal (sidewalks, entrances, stairs, patios, parking lots, roadways, etc.) and approved snow-stockpiling locations at each facility? Will WSSC provide site-specific snow-removal maps or drawings to the successful Offeror prior to contract start? 24. For pre-treatment and snow-event planning: Must the Offeror include a sample snow-response plan in the Technical Proposal (TAB 3 – Technical Approach), or is this only required post-award? Will WSSC share any historical data on average annual snow events, snowfall totals, or past mobilization frequency at these two facilities to support accurate pricing of the fixed annual rate? 25. The RFP requires all areas to be cleared, photographed, and treated by 7:00 A.M. “daily, or as directed.” Does this 7:00 A.M. requirement apply 365 days per year (including weekends and holidays), or only on business days? What is the required response time for snow/ice events that occur after normal working hours or on non-business days? 26. Are there any restrictions on the type or brand of de-icing chemicals (beyond “approved, non-corrosive, and environmentally safe”)? Will WSSC provide the current approved product list, or must the Contractor propose products for approval as part of the Technical Approach?

    A: Please refer to the solicitation section 4.8. OFFEROR INQUIRIES "Offerors shall submit inquiries in writing through OpenGov, with each question submitted separately, to facilitate timely and accurate responses. Each submission shall include no more than one question."


    Q (Due Time for Questions): Please clarify: Are questions due Monday, April 13th at 2:00am or 2:00pm? Here in OpenGov, it states 2:00am.

    A: The question submission deadline for this Solicitation is April 14, 2026, at 2:00 PM. This updated time will be reflected in the forthcoming addendum.


    Q (No subject): Will WSSC accept an OCIP or CCIP for the General Liability and Workers’ Compensation coverage, or must the Contractor provide its own stand-alone policies meeting the limits in Section 6?

    A: No. WSSC will not accept an Owner-Controlled Insurance Program (OCIP) or Contractor-Controlled Insurance Program (CCIP) instead of the insurance requirements specified in Section 6. The Contractor is required to obtain, maintain, and provide its own stand-alone insurance policies meeting all coverage types and minimum limits mandated under Section 6.10.


    Q (No subject): Is the 25% OSDI/MBE subcontracting participation a mandatory contractual requirement or a target goal? Will WSSC Water consider waiving or reducing the subcontracting goal for offerors that are themselves certified MBE or SLBE firms, given that the prime's own participation fulfills the policy intent of the program?

    A: Yes, the 25% is a requirement of the solicitation as stated on page 5 of the Appendix A. It also states that All bidders regardless of MBE/WBE/SLBE status are required to address the subcontracting goal. You may refer the WSSC Water Good Faith Efforts Guide regarding waiver requests.


    Q (No subject): For a prime offeror that holds MBE certification, does WSSC Water's OSDI program allow the prime's own self-performance to count toward satisfaction of the subcontracting participation goal, consistent with the policy objective of increasing minority business participation in public contracts?

    A: No, the 25% is a requirement of the solicitation as stated on page 5 of the Appendix A. It also states that All bidders regardless of MBE/WBE/SLBE status are required to address the subcontracting goal.


    Q (Bid Sheet Format): Would it be possible to receive the price model in excel format?

    A: The pricing form is built directly into the OpenGov platform, which automatically tabulates all unit rates and totals as you enter them — so a separate Excel file is not needed and would not be used for evaluation. All bidders are required to submit their pricing through the platform to ensure consistency and accuracy across all submissions.


    Q (No subject): The vendor questionnaire section 4.2 has a broken link for the consent to use of electronic signature. Can this document be provided in another way?

    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.


    Key dates

    1. April 2, 2026Published
    2. May 4, 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.