Solicitation - Laboratory Support Services - Mike Monroney Aeronautical Center
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is soliciting proposals for Laboratory Support Services at the Mike Monroney Aeronautical Center in Oklahoma City, OK. This procurement is a Total Small Business Set-Aside. Proposals are due by April 10, 2026, at 4:00 PM CT.
Scope of Work
The contractor will provide comprehensive laboratory technical and management support services. Key services include routine and semi-annual industrial wastewater pretreatment discharge monitoring, semi-monthly storm water monitoring, special water and wastewater studies, soil testing, hazardous waste analysis and characterization, asbestos sample analysis (air and bulk), and air samples for industrial hygiene monitoring. Services are to be performed in accordance with Attachment 1 (Performance Work Statement) and Attachment 2 (Section B - Bid Schedule).
Contract & Timeline
- Type: Solicitation (6973GH-26-R-00079)
- Contract Type: Anticipated Firm Fixed Price
- Duration: Base year (05/21/2026 to 05/20/2027) plus four option years, extending through 05/20/2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due: April 10, 2026, at 4:00 PM CT
- Published: March 30, 2026 (with latest update)
- Place of Performance: Mike Monroney Aeronautical Center, Oklahoma City, OK.
Evaluation
Award will be based on a Lowest Priced Technically Acceptable (LPTA) methodology. Proposals must meet minimum acceptability standards for Qualifications and Certifications, Quality/Health/Safety/Emergency Plans, and Past Performance. Offerors must submit a Past Performance Survey (PPS) from 2-5 customers for contracts valued at or over $10,000 within the last five years. An "Attachment 3 - Client Authorization Letter" is also required to facilitate past performance evaluation.
Submission Requirements
Proposals must be submitted by EMAIL ONLY as indicated in Section L of the SIR. The solicitation number (6973GH-26-R-00079) must be included in the subject line of all email correspondence. Offerors must submit Volume I (Solicitation/Contract/Order for Commercial Items, Executive Summary, Contract Documentation, Section B - Bid Schedule, Section K), Volume II (Technical/Past Performance), and Volume III (Cost/Price) as separate electronic files. All unit price boxes in Section B must be filled out, including costs for subcontracted support and testing. The prime contractor must perform program management and routine sample gathering for DMR monitoring and industrial wastewater pretreatment sampling, adhering to AMS Clause 3.6.1-7 Limitations on Subcontracting.
Contacts
- Primary: Charity Daniel (Caridad.Daniel@faa.gov, 405-954-7834)
- Secondary: Andre Casiano (andre.casiano@faa.gov, 405-954-7850)