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, is soliciting quotes for Hazardous Material Investigation Services at the San Joaquin River National Wildlife Refuge (NWR) in California. This Total Small Business Set-Aside opportunity requires surveys for asbestos-containing materials (ACM), lead-based paint (LBP), and other hazardous materials in the Green House Residence and Old Barn prior to renovation or demolition. Quotes are due by February 17, 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 Old Barn. This includes sampling, testing, and assessment for ACM, LBP, and other hazardous materials. Deliverables require a detailed written report specifying material type, condition, location, and accurate square/linear footage, along with cost estimates for the removal of confirmed hazardous substances. 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)
- Set-Aside: Total Small Business Set-Aside
Submission & Evaluation
Quotes must be submitted via email to Tanner.Frank@fws.gov. The deadline for submissions is February 17, 2026, at 1:00 PM Eastern Time. Award will be made on a Best Value basis, considering price and additional evaluation factors detailed in Attachment 2, which include Technical Approach, Project Schedule, and Relevant Experience. Offerors must be registered in the System for Award Management (SAM). Subcontractor information is required if applicable.
Key Dates & Contacts
- Quotes Due: February 17, 2026, 1:00 PM Eastern Time
- Site Visit: Scheduled for February 12, 2026, from 10:00 AM to 11:00 AM local time. Contact Caroline Kreiser at
CAROLINE_KREISER@FWS.GOVor 719-588-5336 to coordinate. - Submission Contact:
Tanner.Frank@fws.gov
Additional Notes
This is a combined synopsis/solicitation; no separate written solicitation will be issued. Amendment 0001 extended the due date and announced the site visit. Additional photos of the property at 2714 Dairy Road, Vernalis, CA, are provided in Amendment 1 attachments for visual context.