FY26- Civil Air Patrol (CAP) Mold Remediation and Cleaning at Maxwell AFB, AL
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 42nd Contracting Squadron, Maxwell Air Force Base (AFB), AL, is soliciting offers for Mold Removal and Remediation services for the Civil Air Patrol (CAP) at Maxwell AFB, AL. This is a combined synopsis/solicitation (F2XTA96107AW01) for commercial services, specifically for Buildings 714 and 848. This requirement is a 100% Total Small Business Set-Aside. Offers are due by April 29, 2026, at 5:00 PM CDT.
Scope of Work
The contractor will provide all labor, services, tools, materials, equipment, transportation, and supervision for mold abatement, remediation, and ceiling repair. This includes: removal and remediation of building materials with visible mold or moisture intrusion; cleaning and treatment of opened wall and ceiling cavities; comprehensive inspection and cleaning of the HVAC system; HEPA vacuuming of all surfaces; and post-remediation verification through air testing and moisture level checks. The work will be performed at CAP-USAF Bldg. 714 and CAP Warehouse Bldg. 848, Montgomery, AL 36112.
Key Requirements
Offerors must submit a detailed remediation plan outlining their technical approach to safe containment and removal of mold, meeting the Statement of Work (SOW) requirements. All key personnel must possess current, relevant mold remediation certifications. The firm must be currently certified in mold remediation and have expertise in containment, remediation, demolition, and abatement, providing proof of qualifications, insurance, and OSHA certifications. Supervisory personnel must be OSHA-qualified competent persons with specific mold abatement training.
Contract Details
- Type: Firm-Fixed Price award.
- NAICS Code: 562910, with a size standard of $25 million.
- Period of Performance: Work to be accomplished within 30 calendar days of award, with a desired start date of May 1, 2026.
- Funding: Funds are not presently available; award is contingent upon fund availability. The government reserves the right to cancel the solicitation.
Submission & Evaluation
Offers must be complete, self-sufficient, and respond directly to requirements. Prices must be held firm for 30 calendar days. Evaluation will be based on technical acceptability (pass/fail) and price. For technically acceptable offers, a best value selection will be based on price. Required submission items include: detailed remediation plan, certifications, proposed service start date, unit/extended prices, representations and certifications, discount terms, tax identification number, CAGE code, and UEI. Contractors must be registered and active in SAM.gov.
Important Dates & Actions
- Site Visit: April 24, 2026, at 10:00 AM CDT. Attendees must be at Maxwell Blvd Gate, Visitor’s Center at 09:30 AM CST.
- Site Visit Attendee List Due: April 23, 2026, by 12:00 PM CDT. Submit names, titles, and phone numbers to Amn Matthew Diaz (matthew.diaz.15@us.af.mil) and William Griffiths (william.griffiths.5@us.af.mil).
- Questions Due: April 27, 2026, by 01:30 PM CDT via email.
- Offer Submission Deadline: April 29, 2026, by 5:00 PM CDT.
Additional Notes
This solicitation incorporates various clauses and provisions by reference, which bidders must review to understand their obligations. A Wage Determination (No. 2015-4607, Rev. 27) for Alabama counties is applicable, outlining minimum wage rates and fringe benefits for service employees.