Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOLICITATION NOTICE

F -- ASBESTOS INSPECTION SERVICES

Notice Date
1/6/2026 1:28:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E526QA003
 
Response Due
1/21/2026 10:00:00 AM
 
Archive Date
02/05/2026
 
Point of Contact
Latosha Rodgers, Phone: 2173733450
 
E-Mail Address
latosha.n.rodgers@usace.army.mil
(latosha.n.rodgers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E526QA003 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 541620 �Environmental Consulting Services, which has a small business standard size of 19M. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) at Hanover, New Hampshire has a requirement for asbestos inspection services. The prospective contractor shall inspect and clear the removal of asbestos performed by a separate contractor to ensure that all asbestos materials are removed from each treated space. Requirement: The contractor shall furnish all labor, supervision, tools, materials, equipment, transportation, and any other items and services necessary to perform asbestos inspection services ensuring the following: Ensure no asbestos fibers remain in the inspected spaces of the laboratory. The Contractor is responsible for all licensing, state notifications and administrative submission required to accomplish all task. The Contractor shall travel to CRREL and inspect the removal of the following: 300 square feet of floor tile and mastic and 78 feet of cove molding and mastic in room 32A. 176 square feet of floor tile and mastic and 63 feet of cove molding and mastic in room 32B. 235 square feet of floor tile and mastic and 61 feet of cove molding and mastic in room 34. 1,103 square feet of floor tile and mastic and 127 feet of cove molding and mastic in room 154. 44 square feet of floor tile and mastic and 21 feet of cove molding and mastic in room 154A. 503 square feet of floor tile and mastic and 92 feet of cove molding and mastic in room 154B. 192 square feet of floor tile and mastic and 133 feet of cove molding and mastic in room 154C. 297 square feet of floor tile and mastic and 72 feet of cove molding and mastic in room 154D. 27 square feet of floor tile and mastic and 21 feet of cove molding and mastic in room 154H. 91 square feet of floor tile and mastic and 42 feet of cove molding and mastic in room 156. 322 square feet of floor tile and mastic and 72 feet of cove molding and mastic in room 158. 594 square feet of floor tile and mastic and 99 feet of cove molding and mastic in room 174 The following factors shall be used to evaluate offers: 1. Technical capability to provide the requested services, as outlined in Performance Work Statement (PWS): Past Experience: Offeror shall demonstrate that it has five (5) years of experience performing projects of similar scope as described in PWS by providing a list of at least five (5) asbestos inspection projects completed in the past three (3) years which, at minimum, shall include for each a description of the project scope and customer references. Certification/Licensure: Offeror shall demonstrate that it possesses a New Hampshire or reciprocal state asbestos inspector license. Proof of current licensure shall suffice. Location: Offeror shall have an established location within 250 miles of Hanover, NH. Schedule: Offeror shall indicate that it can meet the performance schedules listed in PWS. 2. Total price to fulfill the Government�s requirement in its entirety. Please reference the attached RFQ W913E526A0003 for instructions and applicable provisions and clauses. The following factors shall be used to evaluate offers; Technical capability to fulfill the Government�s requirements in its entirety, 1) Relevant Past Experience, 2) Certification / Licensure, 3) Location of Offeror, 4) Schedule, and 5) Total price to fulfill the Government�s requirement in its entirety. Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable quote, the price of which may not be the lowest. Request for Site Visits: An escorted site visit may be arranged during solicitation to review the area of service for either 15 January 2026 or 16 January 2026 either date is acceptable. Requests to attend site visits shall be submitted by email no later than 13 January 2026, by 16:00 CST. All requests should be sent to Bartlett. Harwood@usace.army.mil. The request shall include the subject line as ""Asbestos Inspection Services Site Visit"", and the email shall include: company name, names of people attending in person each with U.S. Driver's License State & Number, and phone number of lead representative. Offeror's personnel visiting CRREL for the site visit, as well as for any on-site work if an award is made, shall only be U.S. Citizens and must be capable of passing a basic security check to gain escorted entry. FOB Destination: CRREL, 72 Lyme Road, Hanover, NH 03755 Payment Terms: Net 30 Please provide responses to this notice, no later than Wednesday, 21 January 2026, 12:00 PM, Central Standard Time (CST) to: Latosha.N.Rodgers@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0b3d3c7ddcc243889f7e3ee92ea68bf6/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN07678222-F 20260108/260106230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.