Loading...
75110PR260016898
Response Deadline
Jun 12, 2026, 3:00 PM(EDT)31 days
Eligibility
Contract Type
Solicitation
This is a solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 75110PR260016898 is issued as a request for quotation (RFQ), request for The United States Coast Guard (USCG) FORCECOM Armory Detachment Kodiak requires annual lead dust removal and cleaning services for its Small Arms Firing Range (SAFR) located at BLDG N63, Anton Larson Road, Kodiak, Alaska. The contractor will provide comprehensive lead abatement, including HEPA vacuum cleaning, air and dust sampling, hazardous waste handling and disposal, and project management in accordance with OSHA and USCG standards. Services must ensure a safe, compliant, and operational environment for ongoing training activities and mission readiness. The period of performance includes a one-year base period with two one-year option periods.
This acquisition is set aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 Effective Date 03/13/2026.
The associated North American Industrial Classification System (NAICS) code for this procurement is 562910, with a small business size standard of 1000 employees. Product Service Code is F999.
Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include—
(1) The solicitation number.
(2) The name, address, telephone number of the Offeror.
(3) The Offeror’s Unique Entity Identifier (UEI)
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2
(5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
The FORCECOM Armory Detachment Kodiak is seeking to annual lead dust removal and cleaning services for its Small Arms Firing Range (SAFR) located at BLDG N63, Anton Larson Road, Kodiak, Alaska.
52.237-1 Site Visit (Apr 1984)
Ensuring accurate bid submissions is crucial to the success of our project. Therefore, we strongly encourage all bidders to conduct a thorough site visit to verify quantities before finalizing their bids. It is expected that offerors or quoters inspect the site where the work will be performed to better understand the scope of the project. To facilitate this process, an organized site visit has been scheduled for June 05, 2026, at 1200 pm AKDT. Participants are requested to assemble at USCG Base Kodiak Security Forces front desk located at BLDG N38 Cape Sarichef Street, Kodiak AK (99619). Please note that all visitors must provide the following information prior to scheduling a site visit: full legal name, date of birth, contact number, email address, Real Id Driver’s License, registration of vehicle and proof of insurance. All vendors interested in attending a site visit shall submit their request and information via email to john.h.caicedo2@uscg.mil.
Offerors are required to provide prices for all items/CLINs. A zero-dollar figure ($0.00) unit price means the offeror shall provide the service/supply at no charge to the Government. Unit prices left blank or annotated with something other than a dollar figure will be considered unacceptable.
Basis for Award
The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Technical Approach, Key Personnel, Past Performance, and Price.
Technical Approach: The Government places a high value on the offeror’s demonstrated understanding of the requirements and the effectiveness of their proposed approach for performing lead dust removal and cleaning services as described in the Statement of Work (SOW). Proposals that provide clear, detailed, and innovative methods, procedures, and equipment for preparation, cleaning, demolition, transport, and disposal of lead-containing materials will be rated more favorably.
Key Personnel: The Government highly values the qualifications and certifications of proposed key personnel, including Certified Safety Professional (CSP), Certified Industrial Hygienist (CIH), and HAZWOPER certification. The experience, credentials, and demonstrated expertise of key personnel assigned to the project are critical to successful performance and will be given significant consideration in the evaluation.
Past Performance: The offeror’s past performance will be evaluated based on successful completion of similar lead abatement/cleaning projects or broader facility/environmental contracts within the last three (3) years. The Government may consider information obtained from references, past contracts, and other sources.
Price: Price will be evaluated for reasonableness and completeness.
A quote must comply in all aspects with the requirements and conditions set forth in this RFQ; a quote must meet or exceed all mandatory RFQ requirements. If an Offeror takes exception to any of the terms and conditions of the RFQ or fails to meet any of the requirements of the RFQ, then the Government may consider the quote unacceptable
A Firm-Fixed Price contract will be awarded to the responsible offeror whose offer fully conforms to this solicitation and is determined to be the most advantageous, considering price and other factors. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.
The anticipated award date is 10 days after solicitation closing date. Only one purchase order is anticipated resulting from this RFQ, however the Government reserves the right to withdraw, modify, or eliminate various aspects of the requirement determined to be too costly or impractical prior to award.
The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov.
Offerors must complete entity-level representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.204-7, System for Award Management –Registration.
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SPECIAL MISSION TRAINING CENTER (SM
SPECIAL MISSION TRAINING CENTER (SM
BB-329 COURTHOUSE BAY, SUPPLY DEPT
CAMP LEJEUNE, NC, 28542
NAICS
Remediation Services
PSC
OTHER ENVIRONMENTAL SERVICES
Set-Aside
Total Small Business Set-Aside (FAR 19.5)