JBSA Hazardous Material Survey
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 Department of the Air Force is seeking proposals for a JBSA Hazardous Material Survey to establish a Multiple-Award Blanket Purchase Agreement (BPA). This opportunity is a Total Small Business Set-Aside for NAICS 541380 (Testing Laboratories). The services involve non-destructive and destructive testing for various hazardous materials across eleven Joint Base San Antonio (JBSA) locations in Texas. Quotes are due by January 27, 2026, at 1:00 PM CST.
Scope of Work
The contractor will provide management, tools, supplies, equipment, and labor for surveys and testing of:
- Lead-Based Paint: Inspection using XRF and/or paint chip analysis, following HUD Guidelines.
- Asbestos: Visual inspection and physical sampling per AHERA protocol, with lab analysis by TDSHS certified labs.
- Polychlorinated Biphenyls (PCB) and Mercury: Survey to identify contaminated equipment (e.g., fluorescent light ballasts, transformers); no lab analysis for PCB or mercury samples.
- Mold Assessment: Visual inspection, Indoor Air Quality (IAQ) assessment, ventilation checks, and sampling.
- Soil Testing: Assessment for hazardous materials, chemicals, and contaminants including RCRA 11 Metals, Organochlorine Pesticides/PCBs, SVOCs, VOCs, TPH, and RCI.
Services will be performed at eleven geographically separated units (GSUs) within JBSA, including JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Lackland.
Contract Details
- Contract Type: Multiple-Award Blanket Purchase Agreement (BPA)
- Duration: 5 years, from February 1, 2026, through January 31, 2031
- Set-Aside: Total Small Business
- NAICS Code: 541380 (Testing Laboratories), Size Standard: $19,000,000.00
- BPA Master Limit: Not to exceed $150,000.00 per year
- Call Order Limit: Not to exceed $15,000.00 per call
- Award Intent: Up to three (3) BPAs will be awarded.
Key Requirements & Clarifications
- Compliance: Contractors must implement NIST SP 800-171 and have at least a Basic NIST SP 800-171 DoD Assessment (not more than 3 years old) at the time of award (CMMC Level 1 or 2).
- Licensing: Contractor must be licensed by the Texas Department of State Health Services (TDSHS).
- Pricing: HAZMAT material and analysis are separate line items from survey costs. Bidders must provide unit pricing for all line items in Attachment 3 - Schedule B Price List_HAZMAT BPA.xlsx.
- Deliverables: Final inspection reports are due within 14 days of receiving lab results (flexible if total time from sample collection to report is under 30 days). DoD SAFE is the required method for electronic PDF deliverables.
- Quality Control: A Quality Control Plan (QCP) must be included in the technical proposal.
- Access: Personnel and vehicle access to JBSA facilities requires advance requests and compliance with JBSA badge requirements.
- Subcontracting: Subcontracting rules do not apply to this BPA.
Submission & Evaluation
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA). Quotes will be evaluated for technical acceptability and price. Only technically acceptable quotes with complete pricing will be considered.
- Quote Submission: Email quotes to A1C Tristan Torres (tristan.torres@us.af.mil) and Bismark Badu (bismark.badu.3@us.af.mil).
- Questions Due: January 15, 2026, at 10:00 AM CST.
Deadlines
- Questions/Concerns Due: January 15, 2026, 10:00 AM CST
- Quote Due Date: January 27, 2026, 1:00 PM CST