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) is conducting market research via a Sources Sought notice for Emergency Cleaning and Restoration Services at Fort Leavenworth, KS. This effort aims to identify qualified contractors for specialized restoration needs not covered by existing custodial contracts. Responses are due by April 27, 2026.
Scope of Work
The requirement is for emergency restoration services including, but 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
- Crime scene cleaning
- Other emergency services as directed.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed Price (BPA)
- Anticipated Duration: Five (5) year Blanket Purchase Agreement
- Set-Aside: Total Small Business (potential, based on market research)
- NAICS: 562910 – Remediation Services ($25M size standard)
- PSC: Z2JZ – Repair or Alteration of Miscellaneous Buildings
- Response Due: April 27, 2026, 1:00 PM CST
- Published: April 22, 2026
Submission Requirements
Interested parties must submit a capabilities statement (max 10 pages, Times New Roman 10pt) via email to eric.p.grande.civ@army.mil. The statement should address:
- Past performance on similar requirements.
- Ability to manage tasks and subcontractors.
- Specific technical skills.
- Ability to perform 50% of work for small business set-aside.
- Business status (small/large), profile (employees, revenue, locations, UEI).
- Small business designations (SDB, WOSB, HUBZone, SDVOSB).
- Ability to meet Facility and Safeguarding requirements.
Additional Notes
This is for informational purposes only and does not constitute a solicitation or commitment to award. Responses will inform potential set-aside decisions. No phone calls will be accepted; all questions should be directed to the contract specialist, Eric Grande (eric.p.grande.civ@army.mil).