Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOLICITATION NOTICE

F -- Asbestos Abatement

Notice Date
1/7/2026 6:28:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E526QA002
 
Response Due
1/20/2026 10:00:00 AM
 
Archive Date
02/04/2026
 
Point of Contact
Kim Roberson
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@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 is attached. The solicitation number W913E526QA002 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 562910 � Remediation Services which has a size standard of $25M. The Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire has a requirement for removal and disposal of 3,884 square feet of asbestos floor tile, attached thin set mortar, and 83 linear feet x 4�- 6� of sheetrock. The prospective contractor must be licensed by the State of New Hampshire to perform asbestos abatement. Requirement: The contractor shall furnish all labor, supervision, tools, materials, equipment, transportation, and any other items and services necessary to perform asbestos abatement ensuring the following: Ensure no asbestos fibers remain or otherwise enter other parts of the facility; The Contractor is responsible for all licensing, state notifications and administrative submission required to accomplish all task; The Contractor shall travel to the CRREL facilities to remove the following: 300 square feet of floor tile and mastic and 78 feet of cove molding and mastic in room 32A. This room has carpet over the top of the tiles. The Contractor is responsible for removal and disposal of carpet; 176 square feet of floor tile and mastic and 63 feet of cove molding and mastic in room 32B. This room has carpet over the top of the tiles. The Contractor is responsible for removal and disposal of carpet; 235 square feet of floor tile and mastic and 61 feet of cove molding and mastic in room 34. This room has carpet over the top of the tiles. The Contractor is responsible for removal and disposal of carpet; 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; and 594 square feet of floor tile and mastic and 99 feet of cove molding and mastic in room 174. Please reference the attached RFQ for instructions and applicable provisions and clauses. Ensure to follow the Instructions to Offerors section (page 61 of the RFQ). 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 offer, the price of which may not be the lowest. The Government�s determination of what represents the best value for this requirement shall be based on the Government�s confidence that the services being quoted meet the following: Technical capability to provide the requested services as outlined in the Performance Work Statement (PWS) section (page 5 of the RFQ). Offeror shall demonstrate that it has five (5) years of experience performing site preparation projects of similar scope as described in the PWS by providing a list of at least five (5) projects completed in the past three (3) years which, at minimum, shall include for each a description of the project scope and customer references. Offeror shall demonstrate that it possesses a valid New Hampshire Asbestos Remediation Entity License. A subcontractor license will not be accepted as adequate demonstration. Offeror shall have an established location within 250-miles from Hanover, NH. Offeror shall indicate that it can meet the performance schedules listed in the PWS. If not able to meet the performance schedule, provide an alternate schedule for consideration. Please see FAR Clause 52.212-2 (page 59 of the RFQ) for complete list of evaluation factors. FOB Destination: CRREL, 72 Lyme Road, Hanover, New Hampshire 03755-1290. Payment Terms: Net 30 Site Visits: An escorted site visit may be arranged during solicitation to allow potential vendors to take necessary measurements and view the area. Requests to attend site visits shall be submitted by email no later than 12 January 2025, by 16:00 Central Standard Time (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. Please provide responses to this notice, no later than Tuesday, 20 January 2026, 12:00 PM, CST to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: 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/8cf1e24ca6234194b31ac0584f17fc40/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN07679486-F 20260109/260107230031 (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.