The Government requires 8(a) contractor support to perform Lead-Based Paint Inspection Services across four regional Home Ownership Centers (HOC). The contractor must provide all equipment, management, materials, supervision, supplies, and other items and services necessary to coordinate, perform, schedule, and ensure effective performance to determine the presence of lead-based paint evaluation services in HUD-owned properties, according to the terms and conditions of the contract.
The Government intends to award four, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, one for each regional HOC, resulting from this solicitation. The HOCs are as follows:
Area I - Atlanta Homeownership Center (AHOC): Alabama, Florida, Georgia, Kentucky, Illinois, Indiana, Mississippi, North Carolina, South Carolina, and Tennessee, Puerto Rico, and the Virgin Islands;
Area II - Denver Homeownership Center (DHOC): Montana, North Dakota, South Dakota, Wyoming, Utah, Colorado, Nebraska, Kansas, New Mexico, Oklahoma, Texas, Minnesota, Wisconsin, Iowa, Missouri, Arkansas, Louisiana;
Area III - Philadelphia Homeownership Center (PHOC): Michigan, Connecticut, New Hampshire, Vermont, Maine, Massachusetts, New York, Rhode Island, New Jersey, Ohio, District of Columbia, Delaware, Maryland, Pennsylvania, Virginia, and West Virginia;
Area IV - Santa Ana Homeownership Center (SAHOC): Arizona, California, Hawaii, Nevada, Alaska, Idaho, Oregon, Washington, Guam, and Northern Mariana Islands
The prices for routine Lead-Based Paint Evaluation Services must include all technical and clerical services, materials, supplies, reviews, reports, communications, travel, printing, photographic expenses, postage, courier fees and other fees related to the delivery of information to HUD, general oversight, general and administrative costs, fringe benefits, and profit/fee.
The place of performance for these services are any single-family housing property that requires an LBP inspection within each applicable HOC.
The Ordering Period for each IDIQ will be from 24 MAR 2026 – 23 MAR 2031 (Five Years).
QUESTIONS PERTAINING TO THE REQUEST FOR QUOTATION (RFQ)/ SOLICITATION.
Quoters shall submit all questions to the Contracting Officer AND the Contract Specialist no later than 25 November 2025, 1400 Central Time. The subject of the email shall be: 86614126Q00001 Questions. Questions shall annotate a reference to the specific solicitation element to which they pertain. The Government is not required to provide responses to all questions submitted by quoters, but will consider them and incorporate changes into the solicitation via amendment, as deemed necessary in the business judgement of the Contracting Officer. Questions received after the cut-off date may not receive a response.
Edited 11/18/2025 to include full RFQ document, 86614126Q00001.
AMENDMENT 0001 - Quote Due Date extended to 19 December 2025, 1400 CT.
Edited 12/9/2025 - Responses to Questions posted to Sam.gov.
Edited 12/11/2025 - Edited Questions due date in the Description above. Questions were due by November 25th, as stated in RFQ. Responses have been provided to questions received. See 12/9/2025 edit and RFQ Questions and Answers file in the attachment list.