OR-Klamath Marsh NWR-Mold Remediation
SOL #: 140FC326Q0021Solicitation
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, CONSTRUCTION A/E TEAM 3
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Repair Or Alteration Of Family Housing Facilities (Z2FA)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 21, 2026
2
Submission Deadline
May 20, 2026, 5:00 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 US Fish and Wildlife Service (FWS) is soliciting proposals for mold remediation and rehabilitation services at the Klamath Marsh National Wildlife Refuge in Chiloquin, OR. This is a Total Small Business Set-Aside for a Firm Fixed-Price Construction Purchase Order. The project aims to remove mold contamination and restore affected structures. Offers are due by May 20, 2026.
Scope of Work
The project involves comprehensive mold remediation and rehabilitation of lodging quarters at 21401 Silver Lake Rd, Chiloquin, OR. Key requirements include:
- Assessment and verification of mold-affected areas.
- Implementation of mold remediation procedures adhering to EPA, OSHA, and IICRC S520 standards.
- Establishment of containment, air filtration, and safety controls.
- Removal, cleaning, or treatment of mold-impacted materials and disposal of contaminated waste.
- Post-remediation cleaning, inspection, and verification.
- Rehabilitation of affected areas, including walls, ceilings, flooring, insulation, painting, utility penetrations, and structural elements.
- Provision of a final report detailing procedures, materials, findings, and post-remediation testing results.
- A full-service asbestos survey.
- Installation of containment barriers, airlocks, decontamination chambers, and floor protection.
- Specific cleaning and removal tasks for drywall, insulation, and surfaces, followed by antimicrobial treatment of pre-cleaned lumber.
- Replacement of materials as needed.
Contract & Timeline
- Contract Type: Firm Fixed-Price Construction Purchase Order.
- Period of Performance: Work to commence within 10 calendar days of notice to proceed, with completion within 35 calendar days thereafter. Estimated completion date is July 1, 2026.
- Project Magnitude: Under $10,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Published Date: April 21, 2026.
- Offer Due Date: May 20, 2026, at 10:00 AM local time.
- Questions Due: May 11, 2026, at 10:00 AM Pacific time.
- Site Visit: Scheduled for May 6, 2026, at 10:00 AM Pacific time at 21401 Silver Lake Rd, Chiloquin, OR, 97624. Attendance is highly encouraged but not mandatory.
Submission & Evaluation
- Proposals must be submitted electronically via email to jessica_tines@ios.doi.gov.
- Award will be made to the responsible respondent submitting the quotation with the lowest evaluated price, determined fair and reasonable, without discussions.
Additional Notes
- Contractors are advised that a Payment Bond is required for awards over $35,000, and both payment and performance bonds are required for awards over $150,000. Bonds are due within 10 calendar days after award.
- The contract includes clauses related to Buy American, Davis-Bacon Wage Rates, and Federal Acquisition Supply Chain Security Act Orders.
- No government-furnished equipment will be provided.
People
Points of Contact
Tines, JessicaPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: Apr 21, 2026