Opportunity

SAM #W912CN-26-Q-A028

Rapid-Response Mold Remediation and Hazardous Materials Abatement for USAG-HI, Oahu

Buyer

0413 AQ HQ RCO-HI

Posted

May 13, 2026

Respond By

May 16, 2026

Identifier

W912CN-26-Q-A028

NAICS

562910

This opportunity seeks a qualified contractor to provide rapid-response mold remediation and hazardous materials abatement services for U.S. Army Garrison Hawaii (USAG-HI) facilities on Oahu. - Government Buyer: - U.S. Army, 0413 AQ HQ RCO-HI KO Directorate of Contracting, Fort Shafter, Hawaii - Scope of Work: - Comprehensive mold remediation, asbestos-containing material (ACM) abatement, and lead-based paint (LBP) abatement - Services include pre-remediation assessment and testing, containment, removal, cleaning, drying, moisture control, post-remediation verification, and minor non-structural repairs - Restoration and nonroutine repairs as needed - Compliance with industry standards (IICRC S520, EPA guidance) - Qualified personnel with required certifications - Products and Services Requested: - Pre-remediation assessments and hazardous material testing (UPH and NON-UPH) - Mold remediation by area size (Small: 10-100 sq. ft, Medium: 101-250 sq. ft, Large: 251-500 sq. ft, XL: over 500 sq. ft) - Hazardous material abatement (general and pipe insulation) - Lead paint abatement (walls/floors and specific components) - Restoration and repairs - Equipment and materials such as fans, HEPA scrubbers, pressure washers, neutral cleaners, piping, plumber's tape, epoxy putty, and pipe clamps - Deliverables: - Transition plan, quality control plan, safety plan, spill plan, contingency plans - Remediation assessment reports, moisture test reports, cost estimates, monthly status reports, purchase parts receipts, and invoices - Unique/Notable Requirements: - Each remediation project must be completed within seven calendar days - High volume, rapid-response task orders under a Single-Award IDIQ contract - Small business set-asides (HUBZone, SDVOSB, WOSB) - Strict compliance with safety, security, and environmental regulations - Locations: - All work performed at USAG-HI installations on Oahu, including Fort Shafter and Schofield Barracks - No specific OEMs or named vendors are identified in the solicitation. - NAICS: 562910 (Remediation Services); PSC: F108 (Hazardous Substance Removal, Cleanup, and Disposal Services)

Description

SEE ATTACHMENTS FOR FULL DETAILS

Description:

The U.S. Army Garrison, Hawaii (USAG-HI) is soliciting quotes for non-personal, rapid-response, full-service mold and hazardous materials remediation services. The objective is to restore barracks, administrative buildings, and other facilities to safe and habitable conditions within a strict seven (7) calendar day turnaround.

Program Background:

This requirement seeks a comprehensive contract vehicle for rapid and effective remediation of mold and other hazardous materials, including but not limited to Asbestos-Containing Materials (ACM) and Lead-Based Paint (LBP), across USAG-HI facilities. The Government intends to award a Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support a high volume of rapid-response task orders. The goal is to ensure all affected facilities are promptly restored to clean, safe, and habitable conditions.

Place of Performance:

All work will be performed at U.S. Army Garrison, Hawaii (USAG-HI) installations located on the Island of Oahu, Hawaii.

Required Capabilities: The Contractor shall provide comprehensive mold and hazardous materials remediation services, including but not limited to:

Pre-remediation assessment and testing Establishment of containment Removal and cleaning of contaminated materials Moisture control Independent post-remediation verification Minor, non-structural restoration/repairs as needed

Mandatory Completion Timeline:

7-Day Turnaround: Each standard mold remediation project must be fully completed—from initial response through final clearance certification—within seven (7) calendar days to minimize resident displacement.

Eligibility:

NAICS Code: 562910 (Remediation Services), Size Standard: $25 Million PSC: F108 (Hazardous Substance Removal, Cleanup, and Disposal Services)

Solicitation Details:

Competitive quotes are requested under Request for Quote (RFQ) Number W912CN-26-Q-A028.

Attachments:

Attachment 0001 – Solicitation SF1449 Attachment 0002 – Performance Work Statement Attachment 0003 – Work Experience Reference Sheet Attachment 0004 – SCA Wage Determination Attachment 0005 – DBA Wage Determination TE1 TE2

Interested parties are encouraged to review all attachments for complete details and submission requirements.

View original listing