This acquisition is restricted to Small Business concerns for NAICS code 541380 (Testing Laboratories) and the size standard is $19,000,000.00. 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: Lead, Asbestos, Polychlorinated-Biphenyls (PCB) and Mercury, Mold and Soil.
This will be a 5-year BPA, from 1 February 2026, through January 31, 2031. 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 JBSAGrayson Street. Please respond to this BPA RFQ by emailing quotes to: A1C Tristan Torres via email: tristan.torres@us.af.mil and Bismark Badu via e-mail: bismark.badu.3@us.af.mil no later than Thursday 22 January 2026; 1:00 PM CST (or sooner if possible).
Questions/Concerns: Shall be submitted via email to tristan.torres@us.af.mil and bismark.badu.3@us.af.mil and no later than Thursday, 15 January 2026, at 10:00 AM CST or sooner.
Please see the attached RFQ and all the attachments for further details.