Conduct Asbestos and Lead-Based Paint Testing
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 US Coast Guard, BASE ALAMEDA(00031), under the Department of Homeland Security, is soliciting proposals for Asbestos and Lead-Based Paint Sampling and Testing Services at various US Coast Guard Units throughout California. This is a Total Small Business Set-Aside opportunity, with an estimated magnitude between $25,000 and $100,000. The NAICS code is 541380, Testing Laboratories and Services, with a size standard of $19 million. Offers are due by June 2, 2026, at 4:00 PM PST.
Scope of Work
The contractor shall furnish all labor, materials, and equipment to conduct asbestos and lead-based paint sampling and testing. Key tasks include:
- Collecting at least one sample for every different material at each identified location.
- Minimizing disturbances to unit operations and ensuring sampling locations are inconspicuous.
- Submitting a proposed sampling schedule within 14 days of contract award.
- Providing final written test results and sample location details within 14 days of sample collection completion.
- Cleaning up all work areas daily and restoring them to their original condition.
- Disposing of waste materials off-installation in accordance with industry standards and environmental regulations.
- Work is generally to be performed between 7:00 AM and 5:00 PM, Monday through Friday.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Commencement within 10 days after Notice to Proceed (NTP), and completion within 60 calendar days after receiving award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: F999 (Other Environmental Services, Studies, And Analytical Support).
- Place of Performance: Various US Coast Guard unit locations throughout California, with the primary office in Alameda, CA.
Submission & Evaluation
- Offers must be submitted electronically via email (9MB limit per email).
- Technical Approach: Must describe how materials, personnel, and equipment will be used to complete the Statement of Work (SOW) tasks.
- Pricing: Must include a detailed breakdown of costs.
- Past Performance: Offerors must submit no more than three (3) examples of past performance within the last 5 years, similar in size and scope.
- Evaluation Criteria: Technical approach, pricing, and past performance.
- Award Basis: Will be made to the responsible offeror submitting the lowest priced offer that is evaluated as acceptable across all criteria.
- Eligibility: Offerors must be registered in SAM.gov at the time of offer submittal. Offers must be valid for a minimum of 30 calendar days.
Key Dates & Contacts
- Questions Due: May 26, 2026.
- Offers Due: June 2, 2026, at 4:00 PM PST.
- Primary Contact: Shawn Jenkins (shawn.t.jenkins@uscg.mil).
- Secondary Contact: Jesse Yutig (Jesus.C.Yutig.CIV@uscg.mil).
Site Visit Information
Offerors interested in a site visit must notify the contracting officer immediately. One site visit will be hosted at each performance location, with specific dates, times, and points of contact listed in Section L of the solicitation. Participants must complete a Base Access List form by specified deadlines.