Mold Remediation Services, Colebrook Lake, Colebrook, CT

SOL #: W912WJ26QA044Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States

Place of Performance

Colebrook, CT

NAICS

Remediation Services (562910)

PSC

Other Environmental Services, Studies, And Analytical Support (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 19, 2026, 7:00 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 U.S. Army Corps of Engineers - New England District is soliciting proposals for Mold Remediation Services at the Colebrook River Lake office in Colebrook, CT. This Total Small Business Set-Aside opportunity requires contractors to perform cleaning and structural remediation for mold damage in multiple areas. Quotes are due by February 19, 2026, at 2:00 PM Eastern.

Scope of Work

The contractor shall furnish all labor, materials, and equipment for cleaning and structural remediation of mold damage across six areas, each less than 200 sqft. These areas include a main office room, locker room, hallway, utility room, bathroom, and a section of the garage ceiling. Work must adhere to IICRC S520 standards and utilize full negative air pressure containment with HEPA filtration. Tasks involve material removal (up to 4 feet from the floor), disposal, treatment, encapsulation, and installation of new building materials such as rock wool insulation (R-Value 15) and drywall. Specific requirements include repairing the utility room door threshold and addressing a wall between the utility room and bathroom (bathroom side remediated, utility side cleaned/encapsulated). Compliance with EM 385-1-1 and OSHA requirements, including an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), is mandatory.

Contract Details

  • Contract Type: Firm Fixed Price (for remediation and installation tasks)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 562910 (Environmental Remediation Services)
  • Size Standard: $25 Million
  • Period of Performance: From contract award through May 15, 2026
  • Work Hours: Monday-Friday, 7:00 AM to 3:30 PM

Submission & Evaluation

Quotes must be submitted via email to the Contract Specialist. A comparative evaluation will be performed based on technical factors, price, and past performance. All vendors must have an active registration in SAM.gov at the time of submission to be considered. Bidders are required to complete and submit the "Solicitation Survey 26QA044" which assesses company information, experience, past performance, key personnel, subcontracting plans, and certifications/licenses. Pre-work submittals are due within 21 days of contract award. A site visit is recommended and can be arranged by contacting Marissa Wright.

Key Dates & Contact

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 18, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 17, 2026
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View