Mold Remediation Services and Environmental Testing (USAG-HI)
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 U.S. Army Garrison, Hawaii (USAG-HI) is soliciting quotes for Mold Remediation Services and Environmental Testing under RFQ W912CN-26-Q-A028. This Unrestricted opportunity seeks a Single-Award Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for rapid-response, full-service remediation of mold and hazardous materials, including Asbestos-Containing Materials (ACM) and Lead-Based Paint (LBP). The primary objective is to restore facilities to safe and habitable conditions within a strict seven (7) calendar day turnaround per project. Quotes are due May 15, 2026, at 16:00 PM Hawaii Standard Time (HST).
Scope of Work
The contractor will provide comprehensive mold and hazardous materials remediation services across USAG-HI installations on the Island of Oahu. This includes:
- Pre-remediation assessment and testing (24-hour response for inspections).
- Establishment of containment (basic or multi-zone/negative-pressure).
- Removal and cleaning of contaminated materials, including HEPA vacuuming and moisture control.
- Independent post-remediation verification adhering to IICRC S520 standards.
- Minor, non-structural restoration/repairs as needed, with cost estimates required.
- Hazardous material abatement for areas up to and over 100 sq.ft, and lead paint abatement.
Contract Details
- Contract Type: Single-Award Firm-Fixed-Price IDIQ.
- Period of Performance: Generally from May 23, 2026, to May 22, 2031, with variations by CLIN.
- NAICS Code: 562910 (Remediation Services), Size Standard: $25 Million.
- PSC: F108 (Hazardous Substance Removal, Cleanup, and Disposal Services).
- Place of Performance: U.S. Army Garrison, Hawaii (USAG-HI) installations on the Island of Oahu.
Submission & Evaluation
- RFQ Due Date: May 15, 2026, at 16:00 PM HST.
- Questions Due Date: May 14, 2026, at 08:00 AM HST.
- Submission Method: Electronically via SAM.gov. Technical acceptability narrative not to exceed 10 pages.
- Evaluation Factors: Technical Acceptability and Price. Technical evaluation requires demonstration of certifications, a feasible technical and management approach, and relevant work experience.
Key Deliverables & Requirements
Bidders must be prepared to submit a Transition Plan, Quality Control Plan (QCP), Safety Plan, Spill Plan, and Contingency Plans. Project-specific deliverables include Remediation Assessment Reports, Moisture Test Reports, Cost Estimates/Quotes (using the provided template), Monthly Status Reports, and Monthly Invoices. Personnel must possess industry certifications (e.g., IICRC AMRT, WRT) and comply with security and environmental regulations.
Important Attachments
Bidders must review all attachments, including the Solicitation SF1449, Performance Work Statement (PWS), Work Experience Reference Sheet (Attachment 0003), Cost Estimate Quote Template (TE1), and Deliverables document (TE2). Additionally, Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations (Attachments 0004 and 0005) are provided for labor cost compliance.