Lead-Based Paint Evaluation Support Services
ID: 86614126Q00001Type: Solicitation
Overview

Buyer

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFHOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFCPO : CHICAGO OPERATIONS BRANCHCHICAGO, IL, 60604, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Housing and Urban Development (HUD) is seeking qualified 8(a) contractors to provide Lead-Based Paint Evaluation Support Services across four regional Home Ownership Centers (HOCs) in the United States. The procurement aims to award four single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, each with a maximum value of $4,000,000, to perform essential services such as visual assessments, lead-based paint inspections, stabilization plans, and clearance examinations in HUD-owned properties built before 1978. This initiative is crucial for ensuring compliance with federal regulations regarding lead-based paint safety and health standards. Interested contractors must submit their quotes by December 15, 2025, at 1400 Central Time, and can direct inquiries to Christopher Rodriguez or Luke Maloney via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Department of Housing and Urban Development (HUD) has issued Solicitation Number 86614126Q00001 for inspection services across four designated areas in the United States, Puerto Rico, and the Virgin Islands. This unrestricted Request for Proposal (RFP) seeks contractors to provide various inspection types, including Visual Assessments, Lead-Based Paint Inspections, Stabilization Plans, Clearance Examinations, and Clearance Re-Examinations, all in accordance with the Performance Work Statement (PWS) sections 5.1 through 5.4. The contract has a period of performance from March 24, 2026, to March 23, 2031. The solicitation, administered by the Office of the Chief Procurement Officer, US Department of HUD, with NAICS code 541620, has an offer due date of December 15, 2025, at 1400 CT. Payment will be made by HUD-NFNC in Chicago, IL.
    The Department of Housing and Urban Development (HUD) / Office of Single-Family Asset Management (SFAM) is seeking contractor support for Lead-Based Paint Evaluation Support Services. This includes visual assessments, lead-based paint inspections, stabilization plans, and clearance examinations for HUD-owned properties built before 1978 across the Continental United States, Alaska, Hawaii, Guam, Northern Mariana Islands, and Puerto Rico. All services must adhere to federal, state, and tribal regulations, with a strong emphasis on the most stringent requirements. Contractors must possess current professional certifications and complete specific HUD training. Key deliverables include various reports and plans, all to be submitted within six business days of assignment and maintained with a 98% error-free AQL. The contract is a five-year IDIQ, with performance monitored through a Quality Assurance Surveillance Plan.
    The document is a Past Performance Information form, typically used in government RFPs, federal grants, or state/local RFPs to evaluate a contractor's relevant experience. It details services performed within the last three years, focusing on a prime contractor or partner/subcontractor. Key information requested includes the client's name (e.g., HUD Office of Public and Indian Housing), point of contact, type of services provided (e.g., Technical Assistance to public housing agencies), contract number and value ($1,000,000), dates services were provided (e.g., 1/07 - 1/09), and principal partners/key personnel involved. The form also asks if the performance information is on file with PPIRS (Past Performance Information Retrieval System). This specific example outlines a contract providing technical assistance to public housing agencies for HUD, highlighting the project manager and specialists involved.
    This government file outlines the Total Evaluated Price (TEP) worksheets for a five-year contract across four Homeownership Centers (HOCs): Atlanta (AHOC), Denver (DHOC), Philadelphia (PHOC), and Santa Ana (SAHOC). Quoters are encouraged to submit proposals for multiple HOCs if capable of providing services across the entire geographic area of each HOC. The Request for Proposal (RFP) specifies Firm-Fixed Prices (FFP) for various services related to lead-based paint, including visual assessments, inspections, stabilization plans, and clearance examinations, with quantities detailed annually for each HOC. All FFP must be rounded to the nearest dollar. The proposal worksheets include pre-calculated math for developing the TEP, requiring no further action from quoters on those specific sheets. The document also specifies the required format for the quote letter and email subject line, emphasizing consistency across submissions.
    The Department of Housing and Urban Development (HUD) Nondisclosure Agreement outlines the terms for contractor employees or external parties granted conditional access to Controlled Unclassified Information (CUI). CUI is defined as non-public information whose unauthorized disclosure could harm national interest, federal programs, or individual privacy, and includes acquisition-sensitive data, proprietary financial details, and Personally Identifiable Information (PII). Recipients agree to use CUI solely for official contract purposes, refrain from unauthorized disclosure, and take precautions to prevent its misuse. They must immediately report any breaches and return all CUI upon contract completion or termination. The agreement remains binding until a written release is provided by the HUD Contracting Officer. Any publications based on CUI require HUD security review, and any royalties from inconsistent disclosures are assigned to the U.S. Government. Disclosures required by law or court order are permitted with diligent efforts to limit information and allow the government to seek a protective order.
    This document outlines wage determinations and fringe benefits under the Service Contract Act, applicable to federal government contracts. It specifies minimum wage rates based on Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour), depending on the contract award or renewal date. The document details fringe benefits including health and welfare ($5.36/hour or $4.93/hour for EO 13706-covered contracts), vacation (2-3 weeks based on service), and eleven paid holidays. It also addresses uniform allowances and the conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division. These regulations ensure fair compensation and benefits for employees working on covered service contracts.
    The provided file details a comprehensive record of Lead-Based Paint (LBP) inspections across various locations, categorized by HOC, Status, Type, City, State, and Zip Code. The main purpose of this document is to track the status of LBP inspections. The data includes inspections in Atlanta, Denver, Philadelphia, and Santa Ana, with statuses such as 'Completed,' 'Canceled,' 'Approved,' 'Rejected,' and 'Not Submitted.' The majority of inspections are marked 'Completed,' indicating that most planned inspections have been carried out. The presence of 'Canceled' and 'Rejected' statuses suggests that not all inspections proceed as planned or meet the required standards. The file provides specific geographical details, including cities like Chicago, Indianapolis, Louisville, Jacksonville, and various others across Illinois, Indiana, Kentucky, North Carolina, South Carolina, Alabama, Mississippi, Tennessee, Georgia, Florida, and Puerto Rico. The document serves as a critical record for monitoring and managing LBP inspection activities, ensuring compliance and safety within federal, state, and local government programs.
    The Department of Housing and Urban Development (HUD) is seeking 8(a) contractors for Lead-Based Paint Evaluation Services (LBPES) across four regional Home Ownership Centers (HOCs): Atlanta, Denver, Philadelphia, and Santa Ana. This Request for Quotation (RFQ) aims to award four single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, one for each HOC, with a five-year ordering period from March 24, 2026, to March 23, 2031, and a maximum value of $4,000,000 per HOC. Services include visual assessments, lead-based paint inspections, stabilization plans, and clearance examinations in HUD-owned properties. Quotes are due by December 15, 2025, at 1400 CT and must address technical capability, past performance, and price. The award will be based on best value, with technical capability, past performance, and price factors being approximately equal.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Justification for Other Than Full and Open Competition
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking to justify the continuation of contracts for the maintenance of residential buildings through a Justification for Other Than Full and Open Competition. The incumbent contractors are expected to maintain performance across seventeen contracts until March 31, 2023, with provisions for a transition out period of up to ninety days as stipulated by the Continuity of Service clause FAR 52.237-3. This procurement is crucial for ensuring uninterrupted maintenance services for residential buildings, which are vital for housing stability. Interested parties can reach out to Charles W. Hoyle Jr. at sourcessought@hud.gov for further inquiries regarding this opportunity.
    Loan Servicing Data Subscription
    Buyer not available
    The Department of Housing and Urban Development (HUD) is soliciting proposals for a Firm Fixed-Price contract to provide an annual online subscription for loan servicing data, which includes access to various databases related to loan limits, performance, and securities. The contractor will be responsible for delivering comprehensive data services, including market trends, loan performance analytics, and mortgage-backed securities information, essential for risk assessment and program monitoring within HUD's operations. This procurement is critical for supporting statutory mandates and ensuring informed decision-making regarding housing finance. Proposals are due by December 15, 2025, with questions accepted until December 9, 2025; interested parties can contact Felicia Henderson at felicia.d.henderson@hud.gov for further information.
    Housing and Urban Development (HUD) Information Technology (IT) Services-Continuation of Services (HITS-CS), End User and Data Center Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking a contractor to provide continued Information Technology (IT) services under the Housing and Urban Development Information Technology Services-Continuation of Services (HITS-CS) program, specifically focusing on End User and Data Center Services. The contractor will be responsible for the provisioning, management, storage, maintenance, backup, and operation of all infrastructure hardware, software, and support services necessary to maintain HUD’s enterprise-wide infrastructure, ensuring it meets strategic objectives and complies with federal legislation and executive orders. This procurement is critical for maintaining a stable and reliable IT infrastructure, which is essential for HUD's operations and the incorporation of innovative technologies to enhance performance. Interested parties can contact Travis Sutton at Travis.L.Sutton@hud.gov or La Shura M. Johnson at LaShura.M.Johnson@hud.gov for further information regarding this opportunity.
    Davis Bacon Electronic Payroll Services and Transition Out Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking contractor support for the continuation of Electronic Payroll Services and Transition-Out activities for the Office of Labor Standards Enforcement and Economic Opportunity. This procurement aims to maintain the Davis-Bacon and Labor Standards (DBLS) operations, which include receiving, reviewing, and retaining certified payroll reports for federally funded projects, ensuring compliance with DBLS laws. The services are critical for the effective management of labor standards in HUD projects, contributing to the integrity of federally funded initiatives. Interested parties can contact Michelle Johnson at Michelle.L.Johnson@hud.gov or by phone at 215-430-6717 for further details.
    The Department of Housing and Urban Development (HUD)/Office of the Chief Information Officer (OCIO)/Infrastructure and Operations Office (IOO) requires contractor support to provide a commercial-off-the-shelf (COTS) Operations & Maintenance (O&M) support
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking contractor support for commercial-off-the-shelf (COTS) Operations & Maintenance (O&M) services for its Line of Credit Control System (LOCCS). The objective of this procurement is to ensure effective support in accordance with the Performance Work Statement (PWS) and the Quality Assurance Surveillance Plan (QASP). The LOCCS is a critical system used by HUD to manage and control the disbursement of funds, making this support essential for the agency's operational efficiency. Interested contractors can reach out to Cheri Redding at Cheri.L.Redding@hud.gov for further details regarding this opportunity.
    REO Field Service Managment (FSM) for All Contract Areas
    Buyer not available
    The Department of Housing and Urban Development is seeking contractors for the REO Field Service Management (FSM) across all contract areas. This procurement aims to provide maintenance services for residential buildings, ensuring the upkeep and management of properties under the department's jurisdiction. The services are critical for maintaining the quality and safety of housing, which directly impacts community well-being. Interested parties should reach out to Charles Hoyle at sourcessought@hud.gov for further details regarding this opportunity.
    DSCR Building 98 Paint Stripping
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a lead paint stripping project at Building 98 in Richmond, Virginia, specifically targeting the removal of hazardous lead paint from ceiling surfaces. The contractor will be required to perform mechanical paint removal, ensure proper disposal of hazardous materials, and conduct third-party clearance testing, with a focus on maintaining safety and compliance with federal regulations. This project is critical for mitigating biohazard risks and preventing production disruptions due to peeling paint. Interested small businesses must submit their quotes by December 12, 2025, and are encouraged to attend a site visit on December 2, 2025, with all inquiries directed to Brandon Jump at brandon.jump@dla.mil.
    REO Field Service Manager (FSM) for All Contract Areas
    Buyer not available
    The Department of Housing and Urban Development is seeking a qualified contractor to serve as the REO Field Service Manager (FSM) for all contract areas. This role involves overseeing the maintenance of residential buildings, ensuring compliance with federal standards, and managing various operational tasks related to real estate owned (REO) properties. The FSM position is critical for maintaining the quality and safety of housing under HUD's jurisdiction, which directly impacts community welfare. Interested parties should contact Charles W. Hoyle, Jr. at sourcessought@hud.gov for further details regarding this opportunity.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Capital Project Construction IDIQ
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Design-Build Capital Construction Projects, primarily for U.S. Embassy and Consulate posts worldwide. This opportunity is part of a planning initiative, with the Department anticipating the award of 5-7 multiple IDIQ contracts in FY2026, featuring a 10-year ordering period and a program ceiling estimated between $4.5 billion and $7.5 billion. Participation is limited to U.S. persons or qualified U.S. joint ventures, and offerors must hold a DCSA Secret Facility Clearance. Interested parties must submit their responses, including a company profile and capability statement, by December 5, 2025, to Dudley Greene at GreeneDL@state.gov.