Skip to content
Department of Defense

Hazardous Waste and Water Testing and Analysis

Solicitation: FA665626Q0002
Notice ID: 5753f67934204ddfbbff5f91d26dafe9

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 23, 2026. Industry: NAICS 541380 • PSC F999.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA665626Q0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$670,249,220
Sector total $5,862,792,794,522 • Share 0.0%
Live
Median
$87,320
P10–P90
$23,703$508,364
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-87%(-$514,338,293)
Deal sizing
$87,320 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Vienna, Ohio • 44473 United States
State: OH
Contracting office
Vienna, OH • 44473-0910 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260077 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Fairfield
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OH20260077 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fairfield
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+39 more occupation rates in this WD
Davis-Baconstate match
OH20260036 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Columbiana
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $39.02Fringe $26.40
Rate
BRICKLAYER
Base $33.48Fringe $23.51
Rate
BRICK POINTER/CAULKER/CLEANER
Base $26.20Fringe $13.89
+36 more occupation rates in this WD
Davis-Baconstate match
OH20260084 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lake
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICK POINTER/CAULKER/CLEANER
Base $38.13Fringe $20.19
Rate
TILE FINISHER
Base $31.50Fringe $16.23
+36 more occupation rates in this WD
Davis-Baconstate match
OH20260061 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wayne
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+36 more occupation rates in this WD

Point of Contact

Name
Jasmine Corpa
Email
jasmine.corpa@us.af.mil
Phone
3306091698

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE RESERVE COMMAND
Office
FA6656 910 AW LGC YNGSTN WRN ARPT
Contracting Office Address
Vienna, OH
44473-0910 USA

More in NAICS 541380

Description

This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665626Q0002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-06 (1 October 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 11/10/2025 (10 November 2025). This solicitation is a 100% small business set aside.  The North American Industrial Classification System (NAICS) code for this commercial service is 541380; the small business size standard is $19 million.

The 910th AW has a requirement to procure the commercial service listed below.

SCHEDULE OF SUPPLIES/SERVICES:

The purpose of this Blanket Purchase Agreement (BPA) is for services related to hazardous waste and water testing and analysis in accordance with the attached Performance Work Statement (PWS).  In accordance with the PWS, contractor must document that they have the technical capability to perform the needed services.  

Attached is a quote schedule that may be used for the quotation.  If it is not used, all the required information must still be included in the quotation.

The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov/far. 

List of applicable provisions and clauses:

FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services; Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services - Alternate I at https://sam.gov;

FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services;

The evaluation factors that will be used to determine award will be lowest price technically acceptable.

FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services;

FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services;

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services and specifically the following FAR clauses under paragraph (b) are applicable:

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management;

FAR 52.232-36,  Payment by Third Party;

FAR 52.204-7 System for Award Management;

FAR 52.204-13 System for Award Management Maintenance;

FAR 52.204-16, Commercial and Government Entity Code Reporting;

FAR 52.204-17, Ownership or Control of Offeror;

FAR 52.204-18, Commercial and Government Entity Code Maintenance;

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;

FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation;

FAR 52.204-27, Prohibition on a ByteDance Covered Application; 

FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures;

FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition;

FAR 52.252-1, Solicitation Provisions Incorporated by Reference;

FAR 52.252-2, Clauses Incorporated by Reference;

FAR 52.232-18, Availability of Funds;

FAR 52.219-28, Post-Award Small Business Program Rerepresentation;

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification;

FAR 52.232-39, Unenforceability of Unauthorized Obligations;

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors;

FAR 52.233-1, Disputes;

FAR 52.233-3, Protest after Award;

FAR 52.233-4, Applicable Law For Breach Of Contract Claim;

FAR 52.222-3, Convict Labor;

FAR 52.222-36, Equal Opportunity for Workers with Disabilities;

FAR 52.222-41, Service Contract Labor Standards;

FAR 52.222-42, Statement of Equivalent Rates for Federal Hires;

FAR 52.222-50, Combating Trafficking in Persons;

FAR 52.223-5, Pollution Prevention and Right-to-Know Information;

FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation;

FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving;

FAR 52.252-6, Authorized Deviations in Clauses.

Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Products and Commercial Services applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b),

DFARS 252.232-7003 Electronic Submission of Payment Requests;

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials;

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;

DFARS 252.204-7007 (Alternate A), Annual Representations and Certifications;

DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors;

DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel;

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation;

DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions;

DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card;

DFARS 252.232-7010, Levies on Contract Payments;

DFARS 252.204-7003 Control of Government Personnel Work Product;

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;

DFARS 252.204-7018,  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;

DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements;

DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements;

DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System;

DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime;

DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime;

DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism;

DFARS 252.211-7003, Item Unique Identification and Valuation;

DFARS 252.225-7048, Export-Controlled Items;

DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services;

DFARS 252.257-7023, Transportation of Supplies by Sea;

DAFFARS 5352.201-9101 Ombudsman

DAFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) and

DAFFARS 5352.242-9000 Contractor Access to Air Force Installations applies to this acquisition.

Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor’s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov.  Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. All quotes must state at a minimum the unit price.  Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 10:00am Eastern Time (ET) on Monday 23 February 2026. Please submit quote via email to jasmine.corpa@us.af.mil or by mail to 910th CONF/PK, BLDG 504, ATTN: Jasmine Corpa, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil. 

Government’s intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offeror. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs.

A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources.

It is the Government’s intention to make payment via the Government Purchase Card (GPC). Establishment of a BPA with the Government is not a guarantee of any calls being placed; however, it is not the Government’s policy to set up a BPA if it does not intend to use it.

Contracting Office Address:

Youngstown Air Reserve Station

910 CONF/PK

3976 King Graves Rd-Unit 31

Vienna, OH 44473-5931

Place of Delivery/Acceptance:

910 AW MSG/CEV

3976 King Graves Rd.

Vienna, OH 44473-5931

Point of Contact:

910 CONF/PK Unit 31

3976 King Graves Rd.

Vienna, OH 44473-5931

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force is seeking quotes for hazardous waste and water testing and analysis services under solicitation FA665626Q0002. This is a 100% small business set-aside with a solicitation posted on January 23, 2026, and responses due by February 23, 2026. The contract will be awarded based on the lowest price technically acceptable criteria, emphasizing the importance of compelling technical capability documentation.

What the buyer is trying to do

The buyer aims to establish a Blanket Purchase Agreement (BPA) for commercial services related to hazardous waste and water testing and analysis, ensuring technical capability is well documented as per the Performance Work Statement (PWS).

Work breakdown
  • Review the Performance Work Statement (PWS)
  • Document technical capabilities
  • Prepare quotation using the provided quote schedule
  • Include required FAR and DFARS provisions in the proposal
  • Submit quotation via email or mail to the designated officials
Response package checklist
  • Completed quotation with unit pricing
  • Documentation of technical capabilities
  • Completed FAR 52.212-3 Offeror Representations and Certifications
  • Unique Entity Identifier (UEI) Number
  • CAGE code for the entity submitting the quotation
Suggested keywords
Hazardous waste testingWater analysisEnvironmental servicesSmall business set asideAir Force contracting
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific performance metrics for testing and analysis services
  • Clarification on period of performance dates
  • Detailed instructions on required documentation in the quote
  • Contact details for potential technical inquiries beyond the primary contact
  • Details on acceptable pricing models or structures

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.