Loading...
FA301626Q7060
Response Deadline
Jun 1, 2026, 6:00 PM(CDT)41 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
The Government intends to award this requirement as a multiple award Blanket Purchase Agreement (BPA). BPAs will be established with a maximum of three (3) responsible Contractors whose quotes conform to the requirements outlined in this RFQ and are most advantageous to the Government based on the best value determination. This is a requirement for non-destructive and destructive testing and to conduct the surveys for the following hazardous materials: Mold
Place of Performance: The contractor shall perform the services in the PWS at the following eleven (11) geographically separated units (GSUs); JBSA-Randolph, JBSA-Fort Sam Houston, JBSA-Lackland, JBSA-Camp Bullis, JBSA-Canyon Lake, JBSA-Kelly, JBSA-Seguin Airfield, JBSA-Chapman Training Annex, JBSA-Port San Antonio, JBSA-Medical Annex, and JBSA-Grayson Street.
Questions and Answers Due: 01 May 26, 1:00 PM CST
Proposal Due: 01 Jun 26, 1:00 PM, CST
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR EDUCATION AND TRAINING COMMAND
JOINT BASE SAN ANTONIO
FA3016 502 CONS CL
FA3016 502 CONS CL
ADMIN ONLY NO REQTN CP 210-671-3617
1655 SELFRIDGE AVE BLDG 5450
JBSA LACKLAND, TX, 78236-5286
NAICS
Testing Laboratories and Services
PSC
SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)