Opportunity

SAM #PANMCC25P0000013176

Emergency Cleaning and Restoration Services at Fort Leavenworth, KS

Buyer

MICC FT. Leavenworth

Posted

April 22, 2026

Respond By

April 27, 2026

Identifier

PANMCC25P0000013176

NAICS

562910, 561720, 561790

This opportunity from the Mission and Installation Contracting Command (MICC) at Fort Leavenworth seeks qualified small businesses for emergency cleaning and restoration services at Fort Leavenworth, Kansas. - Government Buyer: - Department of Defense, Department of the Army - Mission and Installation Contracting Command (MICC), MICC-FT Leavenworth office - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Services Requested: - Emergency cleaning and restoration services, including: - Water leak clean-up - Mold remediation - Animal dropping removal - Fire suppression system clean-up - Above drop ceiling cleaning - Fire damage cleaning - Crime scene cleaning - Other emergency-related tasks as directed by government officials - NAICS code: 562910 (Remediation Services) - Product Service Code: Z2JZ (Repair or Alteration of Miscellaneous Buildings) - Unique or Notable Requirements: - Five-year Blanket Purchase Agreement, Firm-Fixed Price - May be subject to the Service Contract Act or a collective bargaining agreement - Small business primes must perform at least 50% of the work themselves - All Small Businesses are eligible to respond (previously limited to Service-Disabled Veteran-Owned Small Businesses) - No products or equipment purchases are requested; only services are sought - Place of Performance: - Fort Leavenworth, 731 McClellan Avenue, KS 66027-0000

Description

INTRODUCTION

The Mission and Installation Contracting Command (MICC) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Emergency Cleaning and Restoration on Fort Leavenworth, KS. The intention is to procure these services on a competitive basis.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Total Small Businesses will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

DISCLAIMER

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”

PROGRAM BACKGROUND

Fort Leavenworth, an Army installation located adjacent to the city of Leavenworth, Kansas, is searching for a contractor to provide emergency restoration services for the installation. Instances occur where Ft. Leavenworth may require specialized services (cleaning, debris removal, etc.) that do not fall within the scope of the custodial service contract currently in place. Services required include but are not limited to: water leak clean-up, mold remediation, animal dropping removal, discharged fire suppression system clean up, above drop ceiling clean-up, fire damage cleaning, crime scene cleaning, or other services deemed to be of an emergency nature, and other associated works as directed by the Contracting Officer (KO), DPW Ordering Officer, or the Alternative Ordering Officer.

ELIGIBILITY

The applicable NAICS code for this requirement is 562910 – Remediation Services with a Small Business Size Standard of $25M. The Product Service Code is Z2JZ – Repair or Alteration of Miscellaneous Buildings. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1 pm, CST, 27 April 2026. All responses under this Sources Sought Notice must be e-mailed to eric.p.grande.civ@army.mil.

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI) number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

The estimated period of performance consists of a five (5) year Blanket Purchase Agreement. Specifics regarding the period of performance will be provided in the solicitation.

The contract type is anticipated to be Firm-Fixed Price.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

View original listing