Water Remediation BPA

SOL #: FA460826QS009Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4608 2 CONS LGC
BARKSDALE AFB, LA, 71110-2438, United States

Place of Performance

Fort Johnson, LA

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

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

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 5, 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 Department of the Air Force (DAF) is soliciting quotes for Water Remediation Services at Barksdale Air Force Base, Louisiana, through a Blanket Purchase Agreement (BPA). This opportunity is a Total Small Business Set-Aside with a NAICS code of 562910 and a $25.0M size standard. The BPA has a total dollar limit of $350,000.00, with individual call orders not exceeding $25,000.00. Quotes are due by 1:00 PM CDT on Thursday, 05 February 2026.

Scope of Work

The contractor will provide all supervision, personnel, equipment, transportation, material, and services necessary for emergency and routine water remediation. This includes water damage repair, extraction, drying, anti-microbial treatment, debris removal, and structural drying. Specific requirements are detailed in Attachment 2, Statement of Work, and Attachment 3, Price List.

Contract Details

  • Contract Type: Blanket Purchase Agreement (BPA)
  • BPA Dollar Limit: $350,000.00 total
  • Individual Call Order Limit: $25,000.00
  • Period of Performance: Up to five years from BPA establishment or until the dollar limit is reached, whichever comes first.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 562910 (Small Business Size Standard: $25.0M)

Key Requirements & Performance Standards

  • Emergency Response: Assess damage within 4 hours, on-site within 8 hours (24/7 availability).
  • Non-Emergency Response: Assess damage within 48 hours, on-site within 96 hours (24/7 availability).
  • Certifications: Contractors must hold current IICRC certifications for Carpet Cleaning, Water Damage Restoration, Applied Microbial Remediation, Odor Control, and Master Water Restorer.
  • Deliverables: Initial assessment reports, bids/proposals, daily progress updates, and final reports with photos.

Submission & Evaluation

  • Questions Due: 1:00 PM CDT, Wednesday, 28 January 2026, via email to courtney.decker@us.af.mil and dana.woodard.3@us.af.mil.
  • Answers Posted: On or around Friday, 30 January 2026, on SAM.gov.
  • Quotes Due: 1:00 PM CDT, Thursday, 05 February 2026.
  • Submission: Electronically via email to the Contract Specialist and Contracting Officer.
  • Evaluation: Award will be made to the responsible quoter whose offer is most advantageous to the Government, considering Price and Technical factors. The lowest three quotes will undergo technical evaluation.
  • Note: Amendment 01 clarifies that CMMC Level 2 compliance is not required for this solicitation.

Points of Contact

People

Points of Contact

SSgt Courtney A. DeckerPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View