Opportunity
SAM #FA930126Q0017
Air Force Solicitation for Emergency Water Damage Restoration Services at Edwards AFB, AFRL, and Plant 42
Buyer
Air Force Test Center
Posted
May 15, 2026
Respond By
June 04, 2026
Identifier
FA930126Q0017
NAICS
562910
The U.S. Air Force is seeking small business contractors to provide rapid-response emergency water damage restoration services at key federal facilities in California. - Government Buyer: - U.S. Air Force, Air Force Test Center (AFTC), 412th Test Wing, Edwards Air Force Base - Offices include Air Force Research Laboratory (AFRL) and Air Force Plant 42 (AFP42) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or named vendors are identified in the solicitation - Products/Services Requested: - Emergency Water Damage Restoration Services, including: - Water extraction, debris removal, dry-out, cleaning, sanitizing, deodorizing, and anti-microbial treatments - Hazardous waste removal and disposal, moving and protecting furniture, and disposal of contaminated building materials - Services must address Category 1-3 water damage - 24/7 availability with rapid response: 1 hour by phone, 2 hours onsite, and service commencement within 2 hours of approval - Compliance with federal and state environmental, safety, and hazardous waste regulations - Security clearances and CMMC 2.0 Level 1 cybersecurity compliance required - Pricing based on an annually updated Approved Price List - Unique or Notable Requirements: - Blanket Purchase Agreement (BPA) structure with individual call limits ($300,000 per call, $25,000 for Government Purchase Card) - Contractor must provide quarterly hazardous material usage reports - 100% Total Small Business Set-Aside under NAICS 562910 (Remediation Services) - Contract duration up to 5 years, with annual reviews and adjustments - Work performed at multiple federal facilities: Edwards AFB, AFRL, and Air Force Plant 42
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Procedures Revolutionary FAR Overhaul (RFO)(12.201-1) will be used for this requirement. Hereafter, this notice shall be titled "Solicitation."
(ii) Solicitation Number: FA930126Q0017. This solicitation is issued as a Request for Quote.
(iii) The incorporated provisions and clauses are included within the model agreement
(iv) This is proceeding as a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 562910 – Remediation Services with a size standard of $25,000,000.00. Classification Code is Z1QA Maintenance of Restoration Of Real Property. Please ensure the NAICS code is included in your System for Award Management (SAM) or fill out provision RFO 52.219-1.
(v) Structure: The solicitation and requirement is for a Blanket Purchase Agreement which has no Contract Line Item (CLIN) structure and uses an annually updated Approved Price List. This will be awarded as an unfunded agreement to be charged upon placement of authorized calls.
(vi) Acquisition Vehicle: The anticipated acquisition type is Blanket Purchase Agreement (BPA). It is anticipated that multiple awards may be issued.
(vii) Description of items to be acquired: BPA for the acquisition of operations requiring Emergency Water Damage Restoration Services (extraction, debris removal, dry-out, clean, sanitize, deodorize, anti-microbial treatments, etc.) as identified interior areas located throughout Edwards AFB (EAFB), Air Force Research Laboratory (AFRL), Air Force Plant 42 (AFP42). Please review the PWS, full model agreement language and description found within the attached SF 1449 and submit a signed copy of the SF 1449 with your submission to confirm compliance with all terms and conditions.
(viii) Location of requirement: Edwards AFB, CA 93524 and Palmdale, CA 93550
(ix) As a result of new policy beginning 10 November 2025, we would like to inform you of your responsibility to comply with the DoD's CMMC 2.0 framework at Level 1. CMMC is the DoD's program to verify that all contractors have implemented the required cybersecurity standards to protect Federal Contract Information (FCI). Per R-DFARS 252.204-7021, FCI is information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service. Your organization's CMMC status will be verified to be active and accurate in the Supplier Performance Risk System (SPRS) module of PIEE. For assistance, please review Attachment 5 - CMMC_PIEE_SPRS_Assessment_Guide_Level_1.
(x) Applicable RFO, R-DFARS, provisions and clauses are posted within the Solicitation Model Agreement. RFO 52.204-7, System for Award Management—Registration, and R - DFARS 252.204-7998, Alternate A, Annual Representations and Certifications, apply to this acquisition and require contractors to have current, complete, and accurate representations and certifications submitted within SAM.gov
INTERESTED CONTRACTORS CAN ACCESS THE RFO CLAUSES BY INTERNET URL: acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/.
(xi) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition.
(a) Addendum to the provision at RFO 52.212-1 "Instructions to Offerors -- Commercial":
1. Offerors shall fill in the Unit Price provided in Attachment 2 - Approved Price List and submit together with a signed copy of the SF 1449.
2. This requirement covers Air Force Research Lab (AFRL) located within Edwards AFB and Plant 42 in California.
(End of Addendum)
(xii) The provision at RFO 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition. (a) Addendum to the provision at RFO 52.212-2 "Evaluation -- Commercial Items": The Government anticipates awarding multiple Blanket Purchase Agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) Price, 2) Past Performance, and 3) Technical Acceptability.
(b) BASIS FOR AWARD: This simplified acquisition is being issued on a Best Value basis. By submission of its offer in accordance with the instructions provided in provision RFO 52.212-1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Agreement, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:
Price Evaluation. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the responses beginning with the lowest-priced quotation.
Past Performance: Provide at least 1 and no more than 3 past performance records that are recent (within 5 years), and relevant to demonstrate the ability to perform the proposed effort. The Government reserves the right to seek information on higher priced offerors if none of the lower priced responses allow for substantial confidence based on provided and independently obtained past performance information.
Technical Requirement. Next, the Government will evaluate whether the submission is ‘Acceptable’ or ‘Unacceptable’ based on the ability to fulfill and comply with all technical requirements as outlined in the BPA Terms and Conditions provided in the Model Agreement and compliance with all instructions found within this solicitation and PWS.
Solicitation Number: FA930126Q0017 Please provide the full solicitation number on all packages
Offerors shall submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including the following.
DUNS Numbers: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination): Warranty (if applicable): Date Offer Expires:
Offerors must fill out attachment 6 – SF1449 Model Contract - FA930126Q0017 and complete all the provisions and provide pricing using attachment 2 within the RFQ for this combined synopsis/solicitation. Please see (Attachment 2), for a full list of required services.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Addendum)
(xiii) Defense Priorities and Allocation System (DPAS): N/A
(xiv) Response Submission Information: Please be advised that a site visit will not be conducted for this solicitation. All prospective offerors are expected to base their quotes on the information provided in the Performance Work Statement (PWS), accompanying solicitation documents and excel price list.
All questions or comments must be sent no later than Friday, 22 May 2026 at 3:00 p.m. PDT. All questions and government responses will be provided to all prospective offerors via an amendment to the solicitation on or around Wednesday, 27 May 2026 at 3:00 p.m. PDT. All quotations are due by 4 June 2026 at 12 p.m. PDT via electronic mail to Eric Romero at eric.romero.11@us.af.mil and Richard Godoy at richard.godoy@us.af.mil.
Attachments:
Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Price List Excel Attachment 3 - KERN_Wage Determination No. 2015-5602_RevNo.30_20260330 Attachment 4 - LA_Wage Determination No. 2015-5602_RevNo.32_20260330 Attachment 5 - CMMC_PIEE_SPRS_Assessment_Guide_Level_1 Attachment 6 - SF1449 Model Contract – FA903126Q0017