F--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), under the Department of the Interior, has issued a Solicitation (RFQ) for Hazardous Material Investigation Services at the San Joaquin River National Wildlife Refuge (NWR) in California. This opportunity seeks a contractor to perform hazardous material building surveys, including sampling and assessment for asbestos-containing material (ACM), lead-based paint (LBP), and other hazardous materials, for the Green House Residence and Old Barn buildings. This is a Total Small Business Set-Aside. Quotes are due by February 17, 2026, at 1:00 PM Eastern Time.
Scope of Work
The selected contractor will be responsible for:
- Performing comprehensive hazardous material building surveys for the Green House Residence and Old Barn.
- Conducting sampling, testing, and assessment to identify ACM, LBP, and other hazardous materials.
- Providing a detailed written report specifying material type, condition, location, and accurate square/linear footage.
- Delivering cost estimates for the removal of all confirmed hazardous materials.
- All deliverables must be submitted as a bookmarked PDF (max 10 MB) electronically.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 45 Days after Notice to Proceed.
- NAICS Code: 541620 (Environmental Consulting Services).
- PSC Code: F107 (Hazardous Substance Analysis).
Submission & Evaluation
- Submission Method: E-mail quotes to Tanner.Frank@fws.gov.
- Quotes Due: February 17, 2026, 1:00 PM Eastern Time.
- Basis of Award: Best Value, considering price and additional evaluation factors including Technical Approach, Project Schedule, and Relevant Experience (as detailed in Attachment 2).
- Offerors must be registered in the System for Award Management (SAM). Subcontractor information is required if applicable.
Eligibility & Important Notes
- Set-Aside: This is a TOTAL SMALL BUSINESS SET ASIDE. All responsible small business sources are encouraged to submit a quote.
- This announcement serves as the only solicitation; no separate written solicitation will be issued.
- A Site Visit is scheduled for February 12, 2026, from 10:00 AM to 11:00 AM local time. Interested parties should contact Caroline Kreiser (CAROLINE_KREISER@FWS.GOV or 719-588-5336) to coordinate appointments.
- Additional photos of the property are provided in Amendment 1 Attachments.