CA SAN JOAQUIN RIV NWR HAZMAT INVEST
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 U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for hazardous material investigation services at the San Joaquin River National Wildlife Refuge (NWR). This project involves the inspection, sampling, and assessment of specific structures to identify hazardous substances prior to planned renovations or demolition. Quotes are due by February 6, 2026, at 1:00 PM Eastern Time.
Scope of Work
The contractor will perform comprehensive hazardous material building surveys for the Green House Residence and the Old Barn. Key requirements include:
- Sampling & Testing: Conduct assessments for Asbestos Containing Material (ACM), Lead-Based Paint (LBP), and other hazardous materials.
- Reporting: Provide a bookmarked PDF report detailing the type, condition, location, and quantity (square/linear footage) of identified materials.
- Cost Estimation: Develop cost estimates for the professional removal of confirmed ACM, lead-impacted areas, and other hazardous materials.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP)
- Duration: 45 days after Notice to Proceed (NTP)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 541620 (Environmental Consulting Services)
- Response Due: February 6, 2026
Evaluation
Award will be made on a Best Value basis. Evaluation factors include:
- Technical Approach
- Project Schedule
- Relevant Experience
- Price
Additional Notes
Site visits are permitted during the solicitation period and must be coordinated with Caroline Kreiser (CAROLINE_KREISER@FWS.GOV). Offerors must be registered in SAM.gov and provide subcontractor information if applicable. Quotes should be submitted via email to Tanner Frank at tanner_frank@fws.gov.