Emergency Cleaning and Restoration
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 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.