Mortuary Services
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 United States Air Force, 766th Enterprise Sourcing Squadron at Joint Base Pearl Harbor Hickam, Hawaii, is conducting market research through a Sources Sought notice for Mortuary Services on Oahu, Hawaii. This Request for Information (RFI) aims to identify capable sources and gather feedback on a draft Performance Work Statement (PWS) to inform future acquisition strategy. Responses will help determine potential competition and small business set-aside opportunities. Responses are due by January 28, 2026.
Scope of Work
The requirement is for comprehensive mortuary services, including embalming, restoration, care, and disposition of remains for authorized personnel. Services encompass providing facilities, equipment, licensed personnel, vehicles, professional services, supplies, death certificates, caskets, urns, outer shipping containers, and transportation. Key tasks include performing hygienic practices, preparing and restoring remains according to Department of War (DoW) standards, handling un-embalmed remains, performing restorative art, classifying remains, preparing for transport, and specialized treatments for various conditions. All services must comply with federal, state, territory, and local licensing and regulatory standards, as well as specific DFARS clauses unique to mortuary services.
Anticipated Contract Details
The government anticipates a Blanket Purchase Agreement (BPA) with a period of performance consisting of one 12-month base period and four 12-month option periods, plus a potential 6-month extension, for a maximum total of 5 years and 6 months. The projected award date is on or before March 30, 2026. The primary NAICS Code is 812210 – Funeral Homes and Funeral Services, with a size standard of $12.5M.
Submission Requirements
Interested parties must submit a response (maximum 1 page) providing:
- Company Information: Name, address, phone, Point of Contact (POC), email, DUNS/CAGE code, business size (large/small, socio-economic category if small), and business size standard based on primary NAICS code.
- Experience: Details of any experience with Mortuary Services.
- Similar Contracts: For any similar government or commercial contracts, provide contract number, brief scope, dollar value, number of sites supported, and locations of service. Do not submit cost or price data.
Key Dates
- Responses Due: January 28, 2026, 11:30 PM HST
- Published Date: January 20, 2026
Additional Notes
This is a Sources Sought notice for market research purposes only and is not a solicitation. The attached PWS is a DRAFT and subject to change based on industry feedback. Responses will be used to identify potential competition, qualified sources, and small business set-aside opportunities. Primary Contact: Aiyana J Scott, aiyana.scott.2@us.af.mil, 808-447-3134.