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 to support its facilities, operations, and research environments. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract. The acquisition is an 8(a) Set-Aside. Services are required across NIH's Bethesda main campus, leased facilities, and the Poolesville site in the Bethesda-Rockville, MD area.
Scope of Work
The contractor shall provide all management, supervision, labor, materials, equipment, and supplies for comprehensive janitorial and recycling collection services. This includes Routine Cleaning, Project Cleaning, Operational Support Services, Pre-Occupancy Cleaning, Miscellaneous Service Tasks, and Additional Project Services. The total cleanable square footage is estimated between 3,250,000 and 6,250,000 square feet. Optional services include interior and exterior recycling and solid waste collection. Performance standards are detailed in the revised Performance Work Statement (PWS), emphasizing cleanliness levels and a required Quality Control (QC) Program.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: One-year base period (June 1, 2026 – May 31, 2027) with four (4) one-year option periods and a potential six-month extension.
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 561720 – Janitorial Services, with a $22M small business size standard.
- Proposal Due: April 6, 2026, by 5:00 PM Eastern Time.
- Published Date: March 20, 2026.
Evaluation Factors
Award will be made using a Performance-Price Tradeoff (PPT) process, considering best value.
- Technical Experience: Offerors must demonstrate 3 to 5 recent (within 5 years) and relevant contracts as a prime contractor, each involving a minimum of 1 million or more square feet of similar work. This factor is evaluated on an Acceptable/Unacceptable basis; only technically acceptable proposals proceed.
- Past Performance: Offerors must provide 3 to 5 recent (within 5 years) and relevant contracts, each involving a minimum of 1 million or more square feet. Past Performance is significantly more important than Price and will be assessed for quality, schedule, management, and customer satisfaction.
- Price: Evaluated for completeness, fairness, and reasonableness, including the base requirement and all option years/tasks. A tradeoff will be conducted between Past Performance and Price for technically acceptable proposals.
Submission Requirements & Key Attachments
Proposals must be submitted electronically to amanda.tilton@nih.gov by the deadline. Offerors must be registered in SAM.gov. Key attachments include the revised Performance Work Statement (PWS), revised Evaluation Criteria, Pricing Template, Past Performance Questionnaire, Revised Building List, Wage Determination, and Instructions to Offerors.
Amendment Details
Amendment 1, issued March 20, 2026, responded to vendor questions and revised key documents. It replaced the PWS and Attachment 5 (Evaluation Factors), notably lowering the minimum square footage requirement for Technical Experience and Past Performance projects from 3 million to 1 million square feet. It also updated Attachment 9 (Building List).