Active SLED Opportunity · TEXAS · TEXAS FACILITIES COMMISSION

    0007615 Remediation and Restoration Services

    Issued by Texas Facilities Commission
    localRFPTexas Facilities CommissionSol. 246498
    Open · 34d remaining
    DAYS TO CLOSE
    34
    due May 29, 2026
    PUBLISHED
    Apr 13, 2026
    Posting date
    JURISDICTION
    Texas Facilities
    local
    NAICS CODE
    562910
    AI-classified industry

    AI Summary

    Texas Facilities Commission requests proposals for remediation and restoration services including water, fire, mold, lead, asbestos, biohazard, and air duct cleaning at state facilities in Texas. Multiple awards anticipated. Certifications and detailed methodologies required. Proposal due by May 28, 2026.

    Opportunity details

    Solicitation No.
    246498
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 13, 2026
    Due Date
    May 29, 2026
    NAICS Code
    562910AI guide
    State
    Texas
    Agency
    Texas Facilities Commission

    Description

    Pursuant to Texas Government Code Section 2165.001, Custodianship of State Property, and Section 2156.121, Use of Competitive Sealed Proposals, the Texas Facilities Commission is requesting responses to this Request for Proposal for the provision of Remediation and Restoration Services in various State-owned facilities managed by the Texas Facilities Commission located throughout Texas, with most services performed in Austin, Texas. TFC anticipates award to multiple vendors from this solicitation as for best value for the state as per TGC 2156, Subchapter E.

    Project Details

    • Reference ID: 0007615
    • Department: Facilities Management and Operations
    • Department Head: Marty Martinez (Director)

    Important Dates

    • Questions Due: 2026-05-13T17:00:00.000Z
    • Answers Posted By: 2026-05-18T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-27T15:00:00.000Z — Teleconference

    Meetings & Milestones

    EventDateLocation
    Jobsite Walk-Through/Site Visit2026-04-29T15:00:00.000Z12100 Park 35 Circle, Austin, TX 78753

    Addenda

    • Official Notice #1: HSP Overview and Guidelines (released 2026-04-14T13:30:27.879Z) —

      Instructions on how to submit an HSP.

    Evaluation Criteria

    • Litigation History (100 pts)
      1. Provide details of all litigation history, including but not limited to administrative claims and proceedings and arbitration within the past five (5) years.
      2. Respondents involved in litigation, depending upon the circumstances of the litigation, may be disqualified at the sole discretion of TFC.
    • HUB SUBCONTRACTING PLAN (HSP) (100 pts)

      Vendor complied with HUB "Good Faith Effort" requirement(s).

    • RELEVANT EXPERIENCE AND QUALIFICATIONS (25 pts)
        1. Demonstration of a Respondent’s relevant experience performing professional water damage, fire/smoke damage, sewage, mold, lead, asbestos, air duct cleaning and biohazard remediation and restoration services.
        2. Names of top management and key employees and each person’s duties, including the background and experience of these employees; and
        3. An organizational chart which shows roles and responsibilities of key individuals assigned to provide services under the contract;

      Specific Relevant Experience:

        1. Provide detailed examples of previously completed remediation and restoration service projects. Examples should encompass a range of services, including—but not limited to—water, sewage, fire and smoke, mold, lead, asbestos, and biohazard remediation and restoration. Each submission shall include the following:
          1. Three (3) project examples with a cost of less than $10,000 for each project.
          2. Two (2) project examples with a cost between $10,000 and $25,000 for each project.
          3. One (1) project example with a total cost exceeding $25,000.
        2. For each project example, provide:
          1. The names of the project manager and supervisor
          2. The type of facility
          3. The type of remediation or restoration performed
          4. A detailed description of the services provided
          5. The duration of the remediation or restoration
          6. Photographs, if available.
        3. Provide a free-form narrative that describes in detail additional qualifications that is relevant to the scope of this solicitation.
        4. More points will be allocated for projects of similar scope relevant to the types performed for TFC.

      The following minimum requirements are required of Respondents:

          1. Out of state Respondent’s doing business in the State of Texas shall have a Certificate of Authority to do business in Texas, a copy of which shall be submitted with the proposal.
          2. Mold Remediation: Provide a copy of license issued by the Texas Department of Licensing and Regulation for Mold Assessment and/or Mold Remediation. (TDLR)
          3. Water Damage Restoration Certification: Institute of Inspection, Cleaning and Restoration Certification (IICRC)
          4. Fire and Smoke Restoration Certification: (IICRC)
          5. Bio-Hazard Remediation Certification: (IICRC)
          6. Mold Remediation: Indoor Air Quality Association (IAQA)
          7. Lead Remediation: United States Environmental Protection Agency (EPA) Lead-Safe Certification
          8. National Air Duct Cleaners Association (NADCA) Air Systems Cleaning Specialist Certification (ASCS)
          9. Occupational Safety and Health Administration (OSHA) Certification: Required for all Remediation and Restoration services.
          10. Asbestos Removal: Provide a copy of license issued by the Department of State Health Services (DSHS) for asbestos removal.
    • PROPOSED METHODOLOGY - Water Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Water Remediation
    • PROPOSED METHODOLOGY - Sewage Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Sewage Remediation
    • PROPOSED METHODOLOGY - Fire and Smoke Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Fire and Smoke Remediation
    • PROPOSED METHODOLOGY - Mold Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Mold Remediation
    • PROPOSED METHODOLOGY - Lead Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Lead Remediation
    • PROPOSED METHODOLOGY - Asbestos Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Asbestos Remediation
    • PROPOSED METHODOLOGY - Biohazard (Decontamination) Remediation (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Biohazard (Decontamination) Remediation
    • PROPOSED METHODOLOGY - Air Duct Cleaning (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Air Duct Cleaning
    • PROPOSED METHODOLOGY - Damage Restoration Service (Build-back) (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Damage Restoration Service (Build-back)
    • PROPOSED METHODOLOGY - Remediation Testing and Clearance (20 pts)

      Respondent shall provide a detailed methodology outlining all phases of service delivery, including initial notification, project assessment and estimation, execution of remediation and restoration activities, testing and clearance, and completion of final invoicing. The approved methodology shall be included in the contract as an exhibit and shall establish the standards, procedures and expectations by which all services under the contract must be performed. 
      Provide a proposed methodology in your proposal for the following types of remediation and restoration services:

      • Remediation Testing and Clearance
    • QUALITY & SAFETY PROGRAM (5 pts)
      1. Quality Assurance:  Respondent shall provide the name and job title of the person in the organization who oversees the quality assurance program. Respondent shall describe its quality assurance program, quality requirements and means of measurement to ensure high quality and responsive service.
      2. Quality Control: Provide process flow charts on how quality is measured, maintained and achieved. The Respondent shall describe the firm’s policy regarding establishing quality control processes similar to ISO 9000 or other in-place controls for adherence to budget, quality, safety and schedule.
      3. Safety Program:
        1. Respondent shall provide its workers' compensation experience modification rate (EMR) for the last five (5) years. This shall be included in the proposal on the insurance broker’s letterhead.
        2. Provide a description of your firm’s safety program and indicate the name and job title of the person in your organization who manages the program. TFC reserves the right to require a copy of your safety manual, which, if contracted, will become a contract document.
    • COMPENSATION AND FEES (50 pts)

      Attachment D - Compensation and Fees

    • References (100 pts)

    Submission Requirements

    • Package 1 - Execution of Proposal (required)

      The Attachment B – Execution of Proposal shall be completed as directed, signed by the individual or authorized agent of the business entity submitting the proposal, and returned with the proposal. Failure to sign where indicated will result in disqualification of proposal.

    • Package 1 - Litigation History (required)

      Provide details of all litigation history, including but not limited to administrative claims and proceedings and arbitration within the past five (5) years.

      Respondents involved in litigation, depending upon the circumstances of the litigation, may be disqualified at the sole discretion of TFC.

      If no litigation history, upload a statement on letterhead stating no litigation history.

    • Package 2 - HUB SUBCONTRACTING PLAN (required)

      Upload Attachment C - HUB Subcontracting Plan Forms

      Failure to complete and submit the HUB Subcontracting Plan shall result in rejection of the response.

    • Package 3 - Scored Evaluation Materials (required)

      Upload the following proposal contents here:

      1. Relevant Experience and Qualifications
      2. Proposed Methodology
      3. Quality and Safety Program
      4. Attachment F – References Form

      Do not include pricing information in this section of your response. 

    • Package 4 - Compensation and Fees (required)

      Upload Attachment D – Compensation and Fees here.

    • Conflicts of Interest (required)

      No Conflicts of Interest: Respondent has disclosed in writing to TFC all existing or potential conflicts of interest relative to the performance of the contract. Any existing or potential conflicts of interest shall be disclosed and attached to this Execution of Proposal.

      Do you have any Conflicts of Interest you need to disclose?

    • Conflicts of Interest Disclosure (required)

      Upload a document detailing your Conflicts of Interest.

    • BID BOND (required)

      Upload a copy of your bid bond, certified and/or cashier’s check (on a solvent bank in the State of Texas) drawn to the order of the Texas Facilities Commission.

      Hard copies of the bid security should be mailed to the address below and received within 3 business days of the bid opening date.  Failure to provide an acceptable bid bond, certified and/or cashier’s check, may result in the disqualification of the proposal.  

      Delivery address for bid bond:
      Texas Facilities Commission
      1711 San Jacinto Blvd., Austin, TX 78701
      Attn: Procurement Department, RFP 0007615.

    • Disclosure of Interested Parties (required)

      Respondent represents and warrants that if selected for award of a contract as a result of the Solicitation, Respondent will submit to Agency a Certificate of Interested Parties prior to contract execution in accordance with Section 2252.908 of the Texas Government Code. 

    • Consulting Services (required)

      In accordance with Section 2254.033 of the Texas Government Code, relating to consulting services, Respondent certifies that it does not employ an individual who has been employed by Agency or another agency at any time during the two years preceding the submission of the Response or, in the alternative, Respondent has disclosed in its Response the following:

      1. the nature of the previous employment with Agency or the other agency;
      2. the date the employment was terminated; and
      3. the annual rate of compensation for the employment at the time of its termination.
    • Contract or PO (required)

      Will a contract or a PO be issued for this project?

    • Commission Aproval (required)

      Is your project over $1 million or does it require Commission approval?

    • Consulting Services (required)

      Is this for consulting services?

    • Awards (required)

      Do you want to do a single or multiple award?

    • Pre-Bid/Pre-Proposal Meeting (required)

      Pick an Option below. 

    • Jobsite Walkthrough/Site Visit (required)

      Do you need a Jobsite Walk-through or Site Visit?

    • Pricing Table (required)

      Do you want to use OpenGov's Electronic Pricing Table or allow vendors to upload a pricing table?

    • Contract Term (required)

      Will these be ongoing services with renewals, or one-time services?

    • Term Year End (required)

      What year will the contract end?  August 31, 20XX.

    • Renewal Options (required)

      Pick an option below for your renewal terms.

    • Contract End (required)

      Work shall be completed no later than?

    • Secondary Contact Name (required)

      Enter the Secondary Procurement Contact Name. 

    • Secondary Contact Phone (required)

      Enter the Secondary Procurement Contact Phone Number. 

    • Secondary Contact Email (required)

      Enter the Secondary Procurement Contact Email

    • Bid Bond (required)

      Do you require a bid bond?

    • Bond Amount (required)

      Will the Bid Bond be 5% of the total bid amount or $25,000.00?

    • HUB Statement of Probability (required)

      Are HUB Subcontracting Opportunities probable?

    • HUB B2G Access Code (required)

      Enter the Access Code for the B2G HUB Compliance Reporting System.

    • HUB Category (required)

      Pick a Category Below

    Key dates

    1. April 13, 2026Published
    2. May 29, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.