Asbestos Abatement - BPA

SOL #: W91QF426RA007Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT LEAVENWORTH
FORT LEAVENWORTH, KS, 66027-0000, United States

Place of Performance

Fort Leavenworth, KS

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 17, 2026, 6:00 PM

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, W6QM MICC-FT Leavenworth, is soliciting proposals for Asbestos Abatement Blanket Purchase Agreements (BPAs) at Fort Leavenworth, KS. This Women-Owned Small Business (WOSB) set-aside opportunity seeks qualified firms for comprehensive asbestos remediation services. Proposals are due March 17, 2026.

Scope of Work

This requirement is for the abatement (removal) of Asbestos Containing Material (ACM), including sampling, analysis, clearance sampling, and 3rd party daily air monitoring. Work must comply with all federal, state, and local laws and regulations, including OSHA, and involve proper waste disposal. A specific Statement of Work (SOW) details the removal of approximately 1,940 sq ft of ACM tile with black mastic from Building 48 at 731 McClellan Ave, Fort Leavenworth, KS. This SOW requires two bid options: one for the entire project and separate bids for each room, with full regulated area containment and daily air monitoring while the rest of the building remains occupied. The UFGS-02 82 00 Asbestos Specifications document provides detailed technical requirements, safety protocols, and procedural obligations.

Contract & Timeline

  • Type: Blanket Purchase Agreement (BPA)
  • Ordering Period: April 2, 2026 - April 1, 2031 (5 years)
  • Master Ordering Period Dollar Limit: $1,150,000.00
  • Decentralized BPA Call Limit: Not to exceed $25,000.00
  • Set-Aside: Women-Owned Small Business (WOSB)
  • NAICS Code: 562910 "Remediation Services" (Size Standard: 1,000 Employees)
  • Product Service Code: F108 Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
  • Published Date: March 9, 2026
  • Proposal Due Date: March 17, 2026, 6:00 PM ET

Submission & Evaluation

Proposals must be organized into four volumes: RFP Documents, Technical Capability, Past Performance, and Price Proposal. Technical Capability will be evaluated on the Asbestos Abatement Program and a Sample Task Order Execution Narrative. Past Performance will be assessed for recency and relevancy. 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 SAM.gov. The latest amendment updated instructions for hard copy submissions and included the Kansas Wage Determination (KS20260053) which bidders must use for labor cost estimation.

Contact Information

People

Points of Contact

Robert M. ParvinSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Asbestos Abatement - BPA | GovScope