DEV MODE

Important Dates


Posted Date: 07/25/2025

Response Date: 07/30/2025

Archive Date: 08/14/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


General Handyman Services Contract for NIMH

Solicitation Number:

75N95025Q00231

Primary NAICS:

238390 - Other Building Finishing Contractors

Notice Type:

Sources Sought

Location:

Not Provided

Set Aside:

SBA

Description


This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) determine whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is considered a small business under the applicable NAICS code should indicate its small business status in its response.

The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.

For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).

Statement of Need and Purpose:

The National Institute of Mental Health (NIMH) is the lead Federal agency for research on mental illnesses. The mission of the NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure.

The NIMH is seeking to continue an IC-wide multi-year contract to acquire facilities support services for on-site facility maintenance, minor alterations, and repairs of a handyman nature. 

Background Information and Objective:

The NIMH is requiring general handyman services in support of the NIMH scientific and administrative staff throughout various research laboratories and office spaces on the main National Institutes of Health (NIH) Campus in Bethesda, MD. The purpose of this contract is to provide general handyman services for everyday minor tasks that are generally considered “carpentry” in nature and do not involve alteration of building infrastructure or major utilities.

Typical tasks covered under this contract generally include the repair, fabrication, reconfiguration and relocation of casework items and furniture to improve aesthetics and/or functionally. Typical tasks will not include any major mechanical, electrical, or plumbing work.

Specific Requirements:

The contractor shall provide general handyman services such as, but not limited to: 

  • modification of existing metal laboratory casework including various bench-top materials
  • using primarily existing and/or salvaged materials. Occasionally, some supplement casework accessories and/or bench-top materials will have to be ordered by the contractor to complete a task.
  • modification of existing wood millwork including various countertop materials using primarily existing and/or salvaged materials. Occasionally, some supplemental millwork accessories and/or countertop materials will have to be ordered by the contractor to complete a task.
  • disassembly, relocation, modification, and reassembly of existing or new office system furniture. Occasionally, some supplemental furniture accessories will have to be ordered by the contractor to complete a task.
  • modification of existing shelving configurations in labs and offices. Occasionally some supplemental shelving materials and/or accessories will have to be ordered by the contractor to complete a task.
  • installation of various window treatments
  • installation of acoustical treatments
  • repair suspended and drywall ceilings
  • painting of entire labs and offices
  • patching and touch-up painting of walls and ceilings
  • repair and installation of various flooring finishes
  • cleaning of office carpets
  • wall mounting of assorted items such as large format televisions, computer monitors, projection screens, picture frames, artwork, whiteboards, tack boards, coat hooks, cylinder restraints and room signage
  • disconnecting and reconnecting of biosafety cabinets which only involves vacuum and water lines that do not involve a building shutdown
  • careful relocation of heavy/large laboratory equipment from one location to another. Some equipment may be delicate or fragile in nature. Proper safeguarding of equipment will be required
  • relocation of surplus items and equipment to government owned or leased storage facilities on and off campus. Travel distance to the storage facilities will typically be less than forty miles.  This requires familiarity with the NIH Property Reutilization and Disposal policies.

The contractor will be located locally (within 30 miles) of the NIH Campus and preferably be a classified small business and GSA set-aside.  They must have experience with laboratory facilities, clinical patient care (including behavioral health/psychiatric wards) facilities, magnet imaging facilities, animal holding and behavioral facilities on the NIH campus, which often require specialized finishes specific to these areas.

Prior to award of individual task orders, the contractor will attend onsite project orientation walkthroughs as necessary to become familiar with the assigned task. After award of individual task order, the contractor will also attend project planning meetings as required for coordination and scheduling purposes. The contractor, in consultation with the NIMH POC, will be required to know the different rules, regulations and clearances of each building prior to commencing the task. Additionally, all contractor personnel will be required to take the ten-hour OSHA safety training for working on the NIH campus. Also, the Bite and Scratch video is a requirement for all personnel who work in the Central Animal Facility in Building 49. Lastly, TB test and any other medical testing or vaccines required for personnel to perform work at NIH.

The place of performance will be the NIH Bethesda main campus and specifically Buildings 10, 10CRC, 13, 15K, 31, 35, 35A, and 49.

Level of Effort:

The estimated level of effort for this requirement is detailed below. This level of effort is estimated for the base period and subsequent option periods. The Government’s cost estimate was created using historical data obtained from previous work orders.                                                                   

Labor Type                  Hours Per Year                      

Carpenter                    393                             

General Laborer          173                             

Project Manager         120                             

                                    686                             

Project Manager

Project Manager Responsibilities: The Project Manager shall plan and direct projects or groups of related tasks; work closely with NIMH management and/or representatives; and responsibly perform the overall management of specific tasks and ensure that the technical solutions and the schedules in the tasks are implemented in a timely manner.

Project Manager Requirements: The Project Manager must have three (3) years of experience providing project or program management support and one of the following:

•           A minimum of three (3) years of National Institute of Health (NIH) construction/renovation experience

 OR

•           A minimum of three (3) years of Federal Government construction/renovation   experience in laboratory, and/or clinical and/or animal spaces.

Period of Performance:

The period of performance will be one 12-month base year from the date of the award plus two 12-month option years.

Base Year - 09/25/2025 - 09/24/2026

Option Year 1 - 09/25/2026 - 09/24/2027

Option Year 2 - 09/25/2027 - 09/24/2028

Capability Statement /Information Sought:

Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

Submission Instructions: The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contracting Officer Identified below. The response must be received on or before July 30, 2025, at 3:00 pm EST. Facsimile responses are NOT accepted.

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.

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 presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: 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).”

Closing Statement: THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95025Q00231. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist, at Llakim.Dubroff@nih.gov U.S. Mail and Fax responses will not be accepted.

Contact Information


Llakim Dubroff

Phone: (301) 443-6677

Send Email


Joshua T. Lazarus

Phone: (301) 443-6677

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?