Emergency Cleaning and Restoration

SOL #: PANMCC25P0000013176Sources Sought

Overview

Buyer

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

Place of Performance

KS

NAICS

Remediation Services (562910)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Apr 22, 2026
2
Last Updated
Apr 22, 2026
3
Response Deadline
Apr 27, 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 Mission and Installation Contracting Command (MICC), Fort Leavenworth, KS, is conducting market research via a Sources Sought notice for Emergency Cleaning and Restoration Services. This effort aims to identify qualified contractors for specialized emergency services at Fort Leavenworth, KS. The requirement may be set-aside for Small Businesses, with Service-Disabled Veteran-Owned Small Businesses (SDVOSB) specifically considered. Responses are due by 1 PM CST on April 27, 2026.

Scope of Work

The contractor will provide emergency restoration services for the Army installation, addressing needs not covered by existing custodial contracts. Services include, but are not limited to: water leak clean-up, mold remediation, animal dropping removal, discharged fire suppression system clean-up, above drop ceiling clean-up, fire damage cleaning, and crime scene cleaning. These services are for situations deemed emergency in nature.

Contract & Timeline

  • Opportunity Type: Sources Sought / Market Research
  • Anticipated Contract Type: Firm-Fixed Price (FFP) Blanket Purchase Agreement (BPA)
  • Anticipated Duration: Five (5) years
  • NAICS: 562910 – Remediation Services (Small Business Size Standard: $25M)
  • Product Service Code (PSC): Z2JZ – Repair or Alteration of Miscellaneous Buildings
  • Set-Aside: May be set-aside for Small Businesses, with Service-Disabled Veteran-Owned Small Businesses (SDVOSB) specifically considered.
  • Response Due: April 27, 2026, 1 PM CST
  • Published: April 22, 2026

Submission Requirements

Interested parties must submit a capabilities statement (max 10 pages, Times New Roman 10pt) addressing:

  • Past performance on similar requirements.
  • Ability to manage tasks of this nature and subcontractor teams.
  • Specific technical skills.
  • Ability to meet the 50% performance rule for small businesses (FAR 52.219-14).
  • Company profile including business size (Small/Large), UEI, employees, revenue, and office locations.
  • Indication of specific small business designations (Small, SDB, WOSB, HUBZone, SDVOSB).
  • Ability to meet Facility and Safeguarding requirements.

Additional Notes

This is for informational purposes only and is not a Request for Proposal (RFP). The Government is not obligated to award a contract. No phone inquiries will be accepted; all questions must be submitted via email to the identified contract specialist.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Apr 22, 2026
View
Version 1Viewing
Sources Sought
Posted: Apr 22, 2026