Asbestos Abatement - BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC-Fort Leavenworth, is soliciting proposals for Asbestos Abatement Blanket Purchase Agreements (BPAs) at Fort Leavenworth, Kansas. This Women-Owned Small Business (WOSB) Program Set-Aside opportunity seeks to establish BPAs for comprehensive asbestos remediation services. Proposals are due by March 17, 2026, at 6:00 PM CST.
Scope of Work
This requirement involves the abatement (removal) of Asbestos Containing Material (ACM), including sampling, analysis, and clearance sampling. Services include 3rd party daily air monitoring when adjacent spaces are occupied, and abatement of various materials such as floor covering, mastic, insulation, soundproofing, plumbing/pipes, HVAC joint compounds, siding, roofing, and gaskets. All work must comply with federal, state, and local laws and regulations, including OSHA. Waste material disposal must be at an appropriate facility with proper documentation. Attachment 1, UFGS 02 82 00, provides detailed guide specifications for asbestos remediation, covering definitions, worker requirements, equipment, work procedures, and disposal protocols.
Contract Details
- Type: Blanket Purchase Agreement (BPA)
- Solicitation Number: W91QF4-26-R-A007
- Ordering Period: April 2, 2026 - April 1, 2031 (5 years from date of award)
- BPA Master Ordering Period Dollar Limit: $1,150,000.00
- Set-Aside: Women-Owned Small Business (WOSB)
- NAICS Code: 562910 - "Remediation Services" (Size Standard: 1,000 Employees)
- PSC: F108 - Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
Submission & Evaluation
Proposals must be organized into four volumes: RFP Documents, Technical Capability, Past Performance, and Price Proposal. Technical Capability will be evaluated based on the Asbestos Abatement Program and Sample Task Order Execution Narrative. Past Performance will be assessed for recency and relevancy, while Price will be evaluated for completeness and reasonableness. Award will be made to the responsible Offeror(s) whose proposal is determined "Acceptable" for Technical Capability and Past Performance, and has the lowest Total Evaluated Price. Offerors must be registered in the System for Award Management (SAM) prior to award.
Key Dates
- Site Visit: Thursday, March 5, 2026, at 2:00 PM CST at MICC - Fort Leavenworth, 535 Kearny Avenue, Building 338, Fort Leavenworth, KS 66027-1391. Allow additional time for Post Visitor's Center processing.
- Questions Due: No later than Monday, March 9, 2026, at 1:00 PM CST. Submit to CPT Jazmin Burns (jazmin.burns.mil@army.mil).
- Proposal Due: Tuesday, March 17, 2026, at 6:00 PM CST.
Additional Notes
This is a combined synopsis/solicitation issued as an RFP, and a written solicitation will not be issued separately. Federal Acquisition Circular 2025-06 (effective Oct 1, 2025) provisions and clauses are incorporated. Attachment 2 provides a Wage Determination for Indiana, outlining prevailing wage rates for various labor classifications.