Federal Contract Opportunity

Last Updated on 02 Jul 2025 at 7 PM
Combined Synopsis/Solicitation
Seattle Washington

Smoke Damage Restoration Services for PWR, Seattle

Details

Solicitation ID 140P8525Q0030
Posted Date 02 Jul 2025 at 7 PM
Response Date 15 Jul 2025 at 12 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pwr Sf/sea Mabo(85000)
Agency Department Of Interior The
Location Seattle Washington United states 98121

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now
DESCRIPTION. The National Park Service, Pacific West Regional Office, has a requirement for smoke damage restoration services for a building located in Seattle, Washington.

This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (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 will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04 (effective June 11, 2025). The solicitation number is 140P8525Q0030 and is issued as a Request for Quotation for a firm fixed price commercial services contract. This solicitation is a 100% total small business set-aside in accordance with FAR 19.502-2, and the NAICS code is 561720 with an associated small business size standard of $22.0 million in average annual receipts.

The government intends to award a single firm fixed price contract resulting from this solicitation to the responsible Offeror (pursuant to FAR subpart 9.1) whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability and past performance.

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. Offerors are advised to submit a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

QUOTES ARE DUE AT 5:00 P.M. PACIFIC TIME (PT) ON MONDAY, JULY 14, 2025. Only emailed quotes will be accepted.

Questions regarding this solicitation must be submitted in writing via email to [email protected] and reference the solicitation number in the subject line of the email, e.g., "140P8525Q0030 QUESTION." Questions must be received by JULY 9, 2025, by 5:00 P.M. (PT). Questions received after this date may or may not be addressed.


The government reserves the right to cancel this solicitation.

Similar Opportunities

Seattle Washington 22 Jul 2025 at 12 AM
Falls church Virginia 15 Jul 2025 at 4 PM
Anadarko Oklahoma 15 Jul 2025 at 10 PM