ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

AMENDMENT 0002- FY26- AFLCMC Mold Cleaning

DEPT OF DEFENSE F2XTRA6077A001
Response Deadline
May 15, 2026
7 days left
Days Remaining
7
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The 42nd Contracting Squadron at Maxwell Air Force Base is seeking a firm-fixed-price, total small business set-aside contract for mold cleaning and related remediation support for the Air Force Life Cycle Management Center at Maxwell-Gunter Annex in Montgomery, Alabama. The work covers Building 856, including Rooms 112, 117, and 207, and includes removing mold-contaminated and moisture-damaged materials, cleaning and treating affected surfaces, replacing ceiling tiles and damaged ceiling grid components, and performing limited testing and repairs. The contractor must be certified in mold remediation, provide all labor, materials, and equipment, complete the work within 60 calendar days during normal business hours, and comply with installation access, safety, waste disposal, and coordination requirements; award will be based on technical acceptability and price. Offers are due by May 15, 2026, at 12:00 PM CDT by email to Amn Matthew Diaz and William M. Griffiths, and a site visit is scheduled for April 28, 2026, with attendee information due April 24, 2026.

Classification Codes

NAICS Code
562910
Remediation Services
PSC Code
F108
ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION

Solicitation Documents

9 Files
Combo Solicitation - Mold Remediation.pdf
PDF271 KBMay 8, 2026
AI Summary
The 42nd Contracting Squadron at Maxwell Air Force Base is soliciting bids for mold removal and remediation services for the Air Force Life Cycle Management Center at Maxwell-Gunter Annex, AL. This is an open market, 100% small business set-aside procurement under solicitation number F2XTRA6077A001. The requirement is for mold remediation in Building 856, Rooms 112, 117, and 207. A site visit is scheduled for April 28, 2026, and offers are due by May 4, 2026, at 12:00 PM CDT. Offers must include a detailed remediation plan, key personnel certifications, a proposed service start date, and pricing. Award will be based on technical acceptability and price, with technical aspects evaluated on a pass/fail basis.
Attachment 1- Statement of Work (SOW).pdf
PDF225 KBMay 8, 2026
AI Summary
This Statement of Work outlines requirements for mold abatement, remediation, and ceiling repair services at Building 856, 201 E. Moore Drive, Montgomery, AL 36114, for the Air Force Life Cycle Management Center. The contractor must be certified in mold remediation and provide all necessary labor, materials, and equipment to remove mold-contaminated and moisture-damaged materials from specific rooms (112, 117, 207). Work includes cleaning, treating surfaces with EPA-registered disinfectant and mold inhibitor, air testing, and moisture level checks before rebuilding. The project must be completed within 60 calendar days, adhering to industry standards, safety regulations, and government specifications. Contractors need to provide proof of qualifications, insurance, and OSHA certifications. Strict security, access, and reporting requirements for working on the Air Force installation are detailed, including vehicle passes, adherence to traffic laws, and prohibitions on firearms and unauthorized electronic devices. Waste disposal, fire protection, and coordination with the COR/Facility Manager are also critical components.
Attachment 2- Clauses and Provisions.pdf
PDF158 KBMay 8, 2026
AI Summary
This government file, F2XTRA6077A001, outlines numerous clauses incorporated by reference and in full text for federal solicitations and contracts, particularly for the Department of Defense (DoD). Key areas covered include prohibitions on acquiring covered defense telecommunications equipment from specific sources, detailed instructions for electronic payment submissions via Wide Area WorkFlow (WAWF), and requirements for contractor access to Air Force installations. The document also addresses topics such as whistleblower rights, antiterrorism awareness training, safeguarding covered defense information, prohibitions against business operations with the Maduro regime and from the Xinjiang Uyghur Autonomous Region, and various socioeconomic clauses like small business set-asides and combating human trafficking. It also includes information on ombudsman services for dispute resolution and outlines procedures for handling deviations in provisions and clauses. The purpose is to ensure compliance with federal acquisition regulations and DoD-specific requirements.
Attachment 3- Wage Determination.txt
Text46 KBMay 8, 2026
AI Summary
This government file, Wage Determination No. 2015-4607, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for various service occupations in Autauga, Elmore, Lowndes, and Montgomery counties in Alabama. It details rates for administrative, automotive, food service, health, IT, and other categories. The document also includes critical information regarding Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage for federal contractors. Fringe benefits cover health and welfare, vacation, and eleven paid holidays. Special conditions for computer employees, air traffic controllers, and hazardous pay differentials are specified. The conformance process for unlisted job classifications is also thoroughly explained, emphasizing the use of SF-1444 and adherence to the Service Contract Act Directory of Occupations.
Amendment 0001- Combo Solicitation - Mold Remediation.pdf
PDF186 KBMay 8, 2026
AI Summary
Amendment 0001 updates the solicitation for mold removal and remediation services at Maxwell Air Force Base. The suspense date for offers has been extended to May 12, 2026, at 12:00 PM CDT. This is a 100% small business set-aside, and only "Open Market" offers will be considered. The requirement is for mold remediation in Building 856, Rooms 112, 117, and 207, at Maxwell-Gunter Annex, AL. A site visit is scheduled for April 28, 2026, at 10:00 AM CDT, with attendee names due by April 24, 2026. Offers must include a detailed remediation plan, personnel certifications, a proposed service start date, and pricing. Contractors must be registered and active in the DoD System for Award Management (SAM) database. Award will be based on technical acceptability (pass/fail for remediation plan and certifications) and price.
Amendment 0002- Combo Solicitation - Mold Cleaning.pdf
PDF191 KBMay 8, 2026
AI Summary
Amendment 0002 updates a solicitation for mold cleaning services at Maxwell Air Force Base, Alabama, revising the suspense date to May 15, 2026, and adding Attachment 3 (Questions and Answers). The solicitation, number F2XTRA6077A001, seeks firm-fixed-price bids from 100% small businesses for mold cleaning in Building 856, Rooms 112, 117, and 207, with a NAICS code of 562910 and a $25M size standard. A site visit is scheduled for April 28, 2026. Offers must include a detailed mold cleaning plan, personnel certifications, a proposed service start date, and pricing. Award will be based on technical acceptability and price, with offerors needing to be registered in SAM. Responses are due via email by May 15, 2026, 12:00 PM CDT, to Amn Matthew Diaz and William M. Griffiths.
Amendment 0002- Attachment 1- Statement of Work.pdf
PDF204 KBMay 8, 2026
AI Summary
The Air Force Life Cycle Management Center (AFLCMC) requires mold cleaning abatement, remediation services, and ceiling repair for Building 856, located at 201 E. Moore Drive, Montgomery, AL 36114. The contractor must be certified in mold remediation and provide all necessary labor, materials, tools, and equipment. The scope of work includes the removal of moisture-damaged and mold-contaminated materials, cleaning and treating affected areas with EPA-registered disinfectants and mold inhibitors, air testing, moisture level testing, and the replacement of 2890 ceiling tiles. Specific rooms (112, 117, and 207) require detailed remediation, including furniture, carpet, walls, and ceiling components. The project must be completed within 60 calendar days, with work performed during normal business hours. Contractors must possess relevant expertise, certifications, and adhere to strict safety, waste disposal, and security regulations, including base access and traffic laws. They are also responsible for coordinating with the Contracting Officer Representative (COR) and Facility Manager for various logistical requirements.
Amendment 0002- Attachment 3- Questions and Answers.pdf
PDF116 KBMay 8, 2026
AI Summary
This government file addresses questions regarding mold remediation within Rooms 112, 117, and 207, clarifying the scope of work for contractors. The moisture source from a boiler issue has been corrected, but contractors should anticipate residual moisture. The government will not conduct additional testing, nor does it recommend routine air sampling for mold, as there are no health-based standards. Contractors are responsible for visible mold remediation, including carpet, ceiling tiles (2890 2'x2' tiles), and cleaning all wall surfaces; full demolition of Room 117 walls is not required as no open wall cavities exist. Localized isolation is expected for containment. Debris removal routes and elevator access will be coordinated at the project start, and mold-contaminated materials can be disposed of as standard construction waste. The estimated affected area is 13,171 square feet. Furniture is to be cleaned in place, with unsalvageable items disposed of by the government beforehand. HVAC-related cleaning is limited to return vents and registers. No build-back beyond localized ceiling/grid repair is included.
Amendment 0002- Attachment 3- Questions and Answers.pdf
PDF142 KBMay 8, 2026
AI Summary
This document outlines responses to a contractor's questions regarding mold remediation and repairs in Rooms 112, 117, and 207. The moisture source has been corrected, and no active moisture remains. The Government will not conduct additional testing for mold, nor will it provide independent air quality or clearance testing, citing CDC recommendations against routine air sampling. Contractors are expected to remove and replace visibly mold-affected materials, with Room 117 requiring carpet removal and surface cleaning. For hidden mold, contractors must notify the COR. Localized isolation is required for containment. The contractor is responsible for repairing damaged ceiling grids, replacing all ceiling tiles (approximately 2890 tiles, 2'x2'), cleaning wood and system furniture in place, and cleaning return vents and registers. Debris will be disposed of as standard construction waste, with elevator access available. The total impacted area is 13,171 square feet.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 21, 2026
amendedAmendment #1· Description UpdatedMay 1, 2026
amendedAmendment #2· Description UpdatedMay 8, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 15, 2026
expiryArchive DateMay 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3300 42 CONS CC

Point of Contact

Name
Amn Matthew Diaz

Place of Performance

Montgomery, Alabama, UNITED STATES

Official Sources