F108--Air Quality Testing

SOL #: 36C10D26Q0011Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
VETERANS BENEFITS ADMIN (36C10D)
WASHINGTON, DC, 20006, United States

Place of Performance

Jackson, MS

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

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

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 10, 2026, 4:00 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 Department of Veterans Affairs (VA), specifically the Veterans Benefits Administration (36C10D), is soliciting proposals for Air Quality Testing services at the Jackson VA Regional Office in Jackson, MS. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity addresses an emergency need for environmental testing and inspection due to concerns about potential mold and mildew affecting tenant health. The objective is to gather comprehensive data for a mold remediation plan within the 86,091 sqft facility. Proposals are due March 10, 2026, at 12:00 PM EST.

Scope of Work

The contractor will furnish all necessary tools, labor, materials, supplies, equipment, services, and supervision to perform environmental testing and inspection for mold and mildew. Key tasks include:

  • A thorough visual inspection of the 86,091 sqft facility, utilizing moisture meters to detect hidden dampness.
  • Collecting air samples from suspected areas and an exterior air sample for background levels, followed by laboratory analysis to identify mold types and concentrations.
  • Collecting surface samples (tape lift, swab, or contact plate) if deemed necessary by the assessor.
  • Providing a detailed report outlining sampling findings, potential moisture sources, and recommendations for remediation.
  • Ensuring sampling provides ID and concentration of fungi for non-viable samples, and ID and Enumeration of specific fungi by culturable sample or Quantitative Polymerase Chain Reaction (qPCR).
  • Employing a combination of multiple air sampling types to gain an overall picture of the entire facility. The contractor is responsible for the accuracy of all measurements. Work hours are typically 7:00 am to 3:30 pm, Monday-Friday, excluding Federal Holidays.

Contract Details

  • Contract Type: Solicitation
  • Product/Service Code: F108 - Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Period of Performance: Fourteen (14) days from the award of a purchase order.
  • Estimated Value: Up to $25 Million (ceiling value).
  • Payment Terms: Net 30.
  • NAICS Code: 562910 - Remediation Services.

Evaluation Criteria

Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering price and other factors, prioritizing the lowest evaluated price among technically acceptable offers. Factor 1: Technical Approach/Qualifications (Revised)

  1. Detailed description of how the offeror intends to meet or exceed all performance areas in the SOW.
  2. Description of any technical difficulties that may be encountered.
  3. Specialized experience and technical competence in environmental testing.
  4. Ability to obtain necessary resources (funding, sub-contractors, subject-matter experts, consultants, specialized trades).
  5. Contractor must be an air quality professional with certification. Other evaluation factors include Past Performance and Price.

Submission Requirements & Notes

Offerors must be registered in SAM.gov with NAICS code 562910 and be certified and listed as an SDVOSB in the SBA certification database. Invoices must be submitted electronically via Tungsten Network. No site visit will be conducted.

Key Dates & Contact

  • Proposal Due Date: March 10, 2026, 12:00 PM EST
  • Published Date: March 04, 2026
  • Primary Contact: Tiffany L Garfield, Contract Specialist, tiffany.garfield@va.gov

People

Points of Contact

Tiffany L GarfieldContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Mar 4, 2026
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3
Solicitation
Posted: Feb 13, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 13, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 7, 2026
View
F108--Air Quality Testing | GovScope