Z--Mold Remediation IAW Specifications
ID: 140P6425Q0050Type: Solicitation
AwardedAug 6, 2025
$39K$38,985
AwardeeECOLOGY MIR GROUP LLC 10400 EATON PL STE 250 FAIRFAX VA 22030 USA
Award #:140P6425C0019
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking proposals for a mold remediation project at the Ste. Genevieve National Historical Site in Missouri. The project involves the remediation of approximately 500 square feet of contaminated space, including the removal of hazardous mold, contaminated drywall, flooring, and fixtures, while ensuring compliance with historical preservation and safety regulations. This initiative is crucial for maintaining public safety and preserving the integrity of historical structures within national parks. Interested contractors must submit their proposals by the extended deadline of July 8, 2025, at 12 PM EDT, and can contact Colette Riegelmayer at colette_riegelmayer@nps.gov or 330-468-2500 for further information.

    Point(s) of Contact
    Riegelmayer, Colette
    (330) 468-2500
    (303) 987-6792
    colette_riegelmayer@nps.gov
    Files
    Title
    Posted
    The U.S. Department of Interior's National Park Service is issuing a Request for Proposal (RFP) for a project focused on mold remediation at the Ste Genevieve National Historical Park in Missouri. The project entails mobilization and demobilization, alongside mold remediation and renovations in accordance with specified guidelines. The price schedule outlines costs for various components, including a breakdown of mobilization, mold remediation, and overhead factors such as profit and bonding. While specific unit costs are not provided in the document, the overall framework emphasizes the importance of detailed compliance with safety and environmental regulations in managing mold-related issues in historical structures. This initiative reflects the federal agency's commitment to preserving the integrity of national parks while addressing critical environmental health concerns.
    The Ste. Genevieve National Historical Park is undertaking a mold remediation project at the Wilhauk House rear-wing, focusing on approximately 500 square feet of contaminated space. The project aims to eliminate hazardous mold from affected areas, including removal of contaminated drywall, flooring, fixtures, and installation of a mold-resistant subfloor. The contractor must ensure containment to prevent mold spores from spreading, utilizing air filtration units and negative pressure techniques throughout the remediation process. Additionally, strict compliance with historical preservation requirements and safety regulations is essential, including worker training, personal protective equipment, and coordination with park authorities. The project is slated for completion within 90 days and encompasses necessary oversight, documentation, and environmental protection measures. This initiative reflects the National Park Service's commitment to maintaining public safety and preserving historical integrity through effective remediation practices.
    This government solicitation (140P64250050) addresses a request for proposals (RFP) for mold remediation services in accordance with specified requirements. The document includes a set of questions asked by potential bidders along with the government’s responses. Key points include criteria for contractor qualifications, notably the requirement for the on-site supervisor to possess specific certifications relating to microbial remediation. The RFP confirms that only approved remediation methods, as detailed in the specifications, are permissible. Additionally, it clarifies that there is no asbestos risk due to the building's age, outlines the scope of work involving drywall removal, and provides guidance on participants from a recent site visit. The government's responses aim to clarify procedural uncertainties and outline necessary steps for interested bidders seeking to respond to the solicitation. Overall, the document emphasizes adherence to regulatory standards and outlines the expectations for contractors involved in the mold remediation process while ensuring compliance and safety precautions are prioritized.
    The National Park Service is conducting a market survey to assess vendor interest and capability for a potential mold remediation project at the Wilhauk House in Ste. Genevieve National Historical Park, Missouri. This survey is not a solicitation and will not lead directly to a bid or proposal process. The project involves remediation of approximately 500 square feet of mold-contaminated space, with an estimated cost between $25,000 and $100,000. A firm-fixed price contract is anticipated to be solicited by mid-May 2025, with an award planned for June 2025. The project will adhere to the appropriate wage rate requirements and is classified under NAICS code 238290, requiring firms to meet small business size standards for eligibility. Interested vendors must have a Unique Entity ID and be registered in the System for Award Management (SAM) to qualify for contract consideration. Responses to the market survey must include vendor information, business size status, socioeconomic categories, and a capability statement. All submissions are due by May 2, 2025, via email. This initiative reflects the National Park Service's commitment to maintaining historical properties while providing opportunities for small businesses to participate in federal contracts.
    The document pertains to an amendment of solicitation number 140P6425Q0050, which outlines necessary procedures for contractors to acknowledge receipt of the amendment. The amendment includes critical updates such as the posting of questions and answers related to the project, along with a site visit list. Contractors are instructed to acknowledge the amendment by submitting signed copies or via electronic communication before the specified deadline. It emphasizes that failure to comply may result in rejection of offers. The document serves to inform contract participants of administrative modifications without changing the core terms and conditions of the original solicitation. Overall, it reinforces compliance and timely communication in the context of federal procurement processes, ensuring clarity and organization among stakeholders involved in the project.
    The document serves as an amendment to solicitation number 140P6425Q0050, primarily extending the response deadline for offers. The new due date is set for Tuesday, July 8, 2025, at 12 PM EDT. Contractors are reminded to acknowledge receipt of the amendment either through submission copies or by electronic communication. Furthermore, if a submitted offer exceeds $35,000, evidence of payment protection is required as per FAR clause 52.228-13. The amendment reiterates that all other solicitation conditions remain unchanged. Additionally, it indicates that the contract referred to involves mold remediation services in accordance with specific performance specifications. Contractors are instructed to complete the required forms and acknowledge reviews of the amendments as specified. This document reflects standard procedures followed in federal Requests for Proposals (RFPs) and instructs contractors on necessary compliance to ensure their offers are considered valid.
    The government solicitation outlines a Request for Proposal (RFP) for the remediation and renovation of 1,300 square feet of office space, specifically addressing mold removal and compliance with established specifications. The project’s estimated cost is between $25,000 and $100,000, with a strong emphasis on small business participation, indicated by the 'Total Small Business Set Aside' designation. Contractors are required to complete the work within 90 calendar days from the notice to proceed and must provide performance and payment bonds if the bid exceeds $35,000. The document details various procedural requirements, including the submission of sealed bids, mandatory site visits, and adherence to federal labor standards. It mandates compliance with regulations concerning occupational safety, inspection processes, and delivery schedules. Additionally, a clear chain of authority is established, emphasizing that only the contracting officer has the authority to modify or terminate the contract. Finally, the Contractor must acknowledge and comply with stipulations regarding executive orders, supply chain security, and insurance coverage requirements. This RFP exemplifies the government’s structured approach to secure reliable contractors while promoting transparency and competition in federal procurement.
    Lifecycle
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide all necessary supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically by January 5, 2026, at 10:00 AM CST, with a site visit scheduled for January 7, 2026. Interested parties can contact Betty S. Kliewer at betty.kliewer.ctr@us.af.mil for further information.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.