Removal of lead paint and painting mooring
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MI. Response deadline: Feb 16, 2026. Industry: NAICS 562910 • PSC F108.
Market snapshot
Awarded-market signal for NAICS 562910 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562910
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS IS FOR MARKET RESEARCH PURPOSES ONLY – This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from this notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this Notice. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB).
INTRODUCTION: The U.S. Army Corps of Engineers (USACE) Detroit District is seeking firms that have the capability for Professional Industrial Hygiene Services for the Abatement and Disposal of lead paint on the mooring buttons and cleats. The scope of the requirement will be completed in 3 tasks:
Task 1 Lead-Containing Paint Removal Oversight and Air Monitoring
The contractor will provide oversight to ensure the work meets technical and administrative requirements of the contract. Contractor will provide on-site observation, including inspection of the work area. Inspection will include review of the abatement site and setup, critical barriers, decontamination units, waste disposal loadout, and other abatement-associated appurtenances. In addition, contractor will observe field activities to ensure work is performed in accordance with Federal and State of Michigan regulations as well as EM-385. All contractor fieldwork will be performed by personnel with professional expertise, experience, and the authority to make decisions in the field. USACE may direct a contractor's sequence of abatement activities to prevent disruption to maritime traffic.
This effort will also include the development of work progress documentation and observation of general work practices. Routine contractor questions and concerns will be resolved by COR, with KO assistance on an as-needed basis. Contractor will draft bulletins if deemed necessary to address questions or provide clarifications during abatement. Implementation of this task will provide daily controls to maintain the project schedule and ensure effective communication between all interested parties.
Contractor will provide personal and perimeter air sampling for lead analysis during paint
abatement activities. Contractor will collect air samples utilizing appropriate procedures and protocols in accordance with applicable regulations, specifically Part 603-Lead Exposure in Construction. The sampling program will be designed and administered by accredited personnel licensed in the State of Michigan. Upon collection, all samples will be analyzed on-site utilizing NIOSH 7300 techniques.
At the completion of abatement work, contractor will perform a visual clearance in accordance with applicable regulations and established standards. Upon completion of the visual clearance and air monitoring, contractor will provide written verification of the completion of abatement and clearance of the abatement area. This verification document will clear the contractor to proceed to the next work area. Contractor will provide the following reports in electronic format:
- Inspection Report
- Perimeter Air Monitoring Forms
- Clearance letter verifying completion of abatement and clearance of project areas
Task 2: Lead-Containing Paint Removal and Disposal-Mooring Buttons
The contractor, with direction from the Government, will develop a plan to remove lead-containing paint from 339 mooring buttons during several mobilizations. There are 185 smaller MacArthur style buttons, 154 Poe style buttons, and 6 mooring cleats around the Poe stoplog area. The buttons are dispersed along the length of the south pier, island area between the MacArthur lock and Poe lock chambers, and the center pier. Period of Performance will be approximately 6 months to complete abatement and develop final clearance documentation. Contractor will use sponge blasting and/or needle gun abatement techniques. The contractor will need to provide all equipment needed to include air, heat, water and other items necessary for removal and disposal of lead based paint. If the work schedule requires work to be performed when temperatures are below freezing, the contractor will need to provide heated environmental enclosures to facilitate cold-weather work activities. Contractor will review available project documentation and prepare waste characterization packages for submittal to an appropriate landfill. Upon receipt of approval for disposal from the landfill, contractor will notify USACE and prepare the manifests to accompany each shipment of material.
Task 3: Prime and Painting of Mooring Buttons once Lead Paint is removed.
Once lead paint has been removed from the mooring buttons, priming and painting using the following or an agreed upon equivalent shall be completed. Primer shall be Pro Industrial, Kem Kromik Universal Metal Primer, Brown/Red Oxide, or equivalent. Paint shall be Pro Industrial, Industrial Enamel HS Alkyd, Safety Yellow, or equivalent. Paint and primer shall be applied per manufacturer’s instructions. No less than 2 applications of paint shall be applied after primer has been cured. There shall not be any primer visible under the paint.
The contractor will have an estimated 6 months to complete this requirement. The contract is expected to be solicited late February / early March of 2026.
PLACE OF PERFORMANCE: The place of performance will be located at the St Mary’s Falls Canal 312 W. Portage Street, Sault Sainte Marie, MI 49783.
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR (REQUEST FOR PROPOSAL) RFP, IF ANY ARE ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) (SAM.GOV). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
The North American Industrial Classification System (NAICS) code is 562910 – Remediation Services, which has a small business size standard of $25.0M. The Product Service Code (PSC) is F108 – Environmental Systems Protection-Environmental Remediation. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify the firm’s business size in the attached questionnaire. Small business firms interested in performing this work are strongly urged to respond to this notice. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions.
SOURCES SOUGHT RESPONSES: If your organization has the potential capacity and capability to perform this type of work, please complete the attached questionnaire and submit via email to Contract Specialist Joseph Russell at joseph.d.russell@usace.army.mil and Contracting Officer Matthew McDuffie at matthew.mcduffie@usace.army.mil no later than 2:00 PM Eastern Time on February 16, 2026. Please reference in the subject line "SOURCES SOUGHT Removal of lead paint and painting mooring.” All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
The work completed for this requirement is expected to be completed 6 months after the Award of the contract. The contract is expected to be solicited late February / early March of 2026. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought notice. RESPONDENTS WILL NOT BE CONTACTED REGARDING THEIR SUBMISSION OR INFORMATION GATHERED AS A RESULT OF THE SOURCES SOUGHT.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The U.S. Army Corps of Engineers is seeking capabilities for professional industrial hygiene services focused on lead paint abatement from mooring buttons and cleats at St. Mary's Falls Canal. The project includes oversight, removal, disposal, and painting of the mooring components, requiring compliance with federal and state regulations. Interested firms must respond by February 16, 2026, and the work is expected to take approximately six months following contract award.
The buyer aims to identify firms capable of providing industrial hygiene services for the abatement and disposal of lead paint from 339 mooring buttons and cleats, ensuring safety and compliance throughout the process.
- Task 1: Lead paint removal oversight and air monitoring.
- Task 2: Removal and disposal of lead-containing paint from 339 mooring buttons.
- Task 3: Priming and painting mooring buttons after lead paint removal.
- Completion of the attached questionnaire.
- Demonstration of past performance in lead paint abatement services.
- Evidence of compliance with Michigan state regulations.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Place of performance specific details are not outlined.
- Exact contract award date is undefined within the notice.
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.