Environmental Testing and Abatement RFI
ID: FA480924Q9999Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Environmental Testing and Abatement RFI: The DEPT OF THE AIR FORCE is seeking information and planning purposes for a potential small business set-aside program. The service being procured is a single contractor to provide both Environmental Testing and Abatement work in a single award IDIQ. This includes activities such as asbestos, lead-based paint, heavy metals, animal excrement, mold/mildew abatement, sampling, and inspection. The majority of the work will be at Seymour Johnson Air Force Base (SJAFB), with a small quantity of projects at Blakeslee Air Force Recreation Area (Kure Beach NC) and Dare County Range (Stumpy Point NC). Interested parties are requested to provide information on their company's business size, status, anticipated teaming arrangements, and description of similar services offered to the Government and commercial customers. The Government will use this information to determine its small business set-aside decision.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Mold and Asbestos Remediation at Vance AFB F713-111
    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 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Request for Information (RFI) - Germ Free Service
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    Analytical Services for Environmental Sample Analysis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is seeking analytical laboratory services for environmental sample analysis under a Single Award Task Order Contract (SATOC). The contract requires the provision of chemical analysis for various matrices, including soil, water, sediment, tissue, and air, with sample collection being managed by USACE or other parties. This service is crucial for supporting USACE civil works projects and compliance with federal environmental regulations, including those mandated by the EPA and other environmental laws. Interested firms must possess the necessary accreditations, including DOD Environmental Laboratory Accreditation Program and EPA National Environmental Laboratory Accreditation Program, and be capable of delivering results in specified electronic formats. For further inquiries, potential offerors can contact John Scola at John.P.Scola@usace.army.mil or Briana Armstrong at briana.l.armstrong@usace.army.mil, with the contract details outlined in the attached request for proposal and price schedule.