Demolish Salty Guard Bldg. 1522
ID: W50S9A25QA011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N3 USPFO ACTIVITY UTANG 151SALT LAKE CITY, UT, 84116-2999, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Utah Air National Guard, is soliciting proposals for the demolition of Salty Guard Building 1522 and subsequent landscaping services at the Roland R. Wright Air National Guard Base in Salt Lake City, Utah. The project requires contractors to provide all necessary personnel, equipment, and materials for the demolition, including hazardous materials abatement and utility disconnections, to be completed within 90 days of the Notice-to-Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of supporting small businesses in federal contracting, with proposals due by May 5, 2025. Interested vendors should contact Timothy Papa at timothy.papa.1@us.af.mil or call 801-245-2332 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 11:07 PM UTC
The document appears to be a corrupted file containing unreadable data, which significantly hinders the ability to extract coherent information, key ideas, or a structured topic related to government RFPs, federal grants, or state/local RFPs. Due to the illegibility of the content, any attempt to summarize its purpose or main topics is compromised. Analyzing the structure or identifying supporting details is impossible, as the file does not provide intelligible text. It does not convey any context, guidelines, or relevant information typically expected from government documents of this nature. Consequently, it cannot fulfill the requirements of a comprehensible summary, as the essential content is absent or misrepresented in the file.
Apr 3, 2025, 11:07 PM UTC
The Utah Air National Guard is soliciting proposals for the demolition of the Salty Guard Building 1522 and subsequent landscaping services at the Roland R. Wright Air National Guard Base. This solicitation, issued under RFQ# W50S9A-25-Q-A011 on April 3, 2025, invites interested vendors to submit their quotes by May 5, 2025. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, which mandates that submissions meet technical requirements as specified in the Performance Work Statement (PWS). All proposals should demonstrate relevant past experience in demolition and landscaping, and firms must be registered in the System for Award Management (SAM) to be eligible for award. A site visit for potential bidders was held on April 22, 2025, with details on proposal submissions and requisite conditions outlined. The solicitation is framed within the context of federal procurement regulations, emphasizing mandatory compliance and adherence to various federal and defense clauses relevant to the contract's execution. This request emphasizes a 100% small business set-aside, underscoring the commitment to supporting small businesses within procurement initiatives.
Apr 3, 2025, 11:07 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the demolition of Building 1522 at the Roland R. Wright Air National Guard Base and subsequent landscaping services. The contractor is responsible for providing all necessary personnel, equipment, and materials for the demolition, which includes removing the building structure, hazardous materials abatement, and utility disconnections. The project, to be completed within 90 days of the Notice-to-Proceed, emphasizes maintaining a clean and safe work environment throughout the process. Key tasks include installing drought-tolerant sod and ensuring a fully functional irrigation system post-demolition, while adhering to federal, state, and local regulations regarding hazardous materials. The contractor must establish a quality control plan and submit relevant reports upon completion of significant tasks. Additionally, provisions for security, site access, and employee identification are strictly outlined, highlighting the importance of compliance with base regulations and security protocols. The document serves as a blueprint for contractors participating in federal RFPs, emphasizing quality assurance, safety, and adherence to specific standards and regulations vital for government contracts.
Wasatch Environmental, Inc. conducted an asbestos survey and lead-based paint screening at the Utah Air National Guard Barracks (Building 1522) on June 20, 2019. The survey aimed to identify asbestos-containing materials (ACM) and lead-based paint potentially disturbed during demolition. The report adheres to regulations from the Environmental Protection Agency and OSHA. The inspection identified 15% chrysotile asbestos in both transite siding and sheeting, categorized as potentially friable and necessitating removal by licensed contractors before demolition. While most materials tested showed no asbestos, caution is advised due to potential unidentified ACM in inaccessible areas. Lead-based paint was detected on the exterior ladder and overhang, requiring adherence to OSHA regulations during removal. The report provides detailed sampling results and outlines compliance protocols, underlining the importance of proper hazardous material management before construction activities. It reflects the government's commitment to environmental safety and regulatory compliance, essential for RFPs, federal grants, and local project initiatives.
Apr 3, 2025, 11:07 PM UTC
The document appears to pertain to a local government project involving the construction or renovation of sidewalks at a specified intersection, likely identified by the coordinates provided (700 North, 2325 West). It notes the presence of abandoned utility lines, which are depicted as gray or faded. The focus on the sidewalks suggests a community infrastructure improvement initiative aimed at pedestrian accessibility and safety. This type of project aligns with local RFPs or grants aimed at enhancing public spaces, promoting urban development, and ensuring the adherence to safety regulations during construction. The clearance of abandoned utility lines will likely be a necessary step before any further construction or renovation work can proceed. Overall, the document underscores a commitment to improving community infrastructure while following regulatory procedures and ensuring safety standards are met.
The Hazardous Material Identification Form from Salt Lake City outlines the protocols for reporting hazardous material usage prior to construction activities. It defines hazardous materials as those that could harm humans, animals, or the environment and specifies the types of materials required for reporting, including strippers, gasoline, and ozone-depleting substances. Contractors are instructed to report these materials monthly and include crucial details such as the part number, material name, manufacturer, and actual amount used. The form mandates the provision of a Safety Data Sheet for each new chemical used. This reporting is vital for regulatory compliance and hazard mitigation in construction projects, ensuring that environmental and health risks are properly managed during the project lifecycle. The document's emphasis on detailed reporting reflects a commitment to public safety and environmental protection.
Apr 3, 2025, 11:07 PM UTC
The Air National Guard (ANG) is committed to implementing an Environmental Management System (EMS) aligned with Air Force Policy Directives AFPD 90-8 and 32-70, which focus on environmental, safety, and occupational health risk management. The ANG ensures leadership involvement through Environmental, Safety, and Occupational Health Councils (ESOHCs), which utilize cross-functional teams to address environmental issues and develop recommendations. The Virtual Environmental Management Office (VEMO) serves as the electronic manual for the EMS, facilitating communication of compliance requirements and environmental practices to ANG personnel across the United States. The ANG's compliance strategy includes assigning responsibilities to functional officers, funding necessary training, performing self-assessments, and implementing corrective actions to uphold federal, state, and local regulations. The initiative emphasizes mission effectiveness, resource preservation, pollution prevention, and risk management among Airmen, aiming for continuous improvement in environmental practices. By integrating these principles, the ANG promotes an organizational culture that actively minimizes risks related to environmental and occupational health challenges.
Apr 3, 2025, 11:07 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidelines set forth by the 151st Civil Engineer Squadron to monitor the demolition of Building 1522 and landscaping services. Its primary purpose is to ensure contractors meet performance standards identified in the Performance Work Statement (PWS). The plan emphasizes a results-focused approach, enabling contractors to dictate how work is performed while the government monitors outcomes rather than processes. Roles of the Contracting Officer and Contracting Officer Representative (COR) are clarified, with established responsibilities for monitoring contract compliance and contractor performance management. Performance standards are detailed, and methodologies such as surveillance techniques and customer feedback are outlined for evaluating contractor performance. The plan includes a structured feedback loop for continuous improvement and mandates the completion of monitoring forms to document performance assessments. Failure to meet acceptable quality levels can result in deductions from the contractor's compensation. The QASP promotes effective communication and joint resolution of issues, aligning contractor performance with government expectations in accordance with federal grant and RFP regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HAFB Storage Igloos Demolition
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the demolition of two earth-covered reinforced concrete modular Munitions Storage Magazines (Buildings 1411 and 1432) at Hill Air Force Base (HAFB) in Utah. The project entails the complete removal of the structures, including the abatement of asbestos-containing materials and lead-based paint, as well as the restoration of the site to match existing grades and vegetation. This demolition is crucial for maintaining safety and compliance with environmental regulations, ensuring that the area is properly managed post-demolition to prevent issues such as stormwater runoff. Interested contractors, particularly small businesses, should contact Jennifer Ferrer at Jennifer.L.Ferrer@usace.army.mil or Daniel E. Czech at daniel.e.czech@usace.army.mil for further details, with the contract performance period set at 365 days.
183 CES Demolish Buildings 12 & 13
Buyer not available
The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
Demolition Bldg. 404, Offutt AFB, NE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 404 at Offutt Air Force Base in Nebraska. The project involves demolishing the building and associated structures, restoring site elements, and ensuring the protection of existing items, with a contract value estimated between $1 million and $5 million. This opportunity is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracts. Interested contractors must submit their electronic bids by May 7, 2025, following a site visit scheduled for April 15, 2025, and are encouraged to contact Blaine Terry or Elizabeth Dennis for further inquiries.
T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the T-7A Egress facility at Hill Air Force Base in Utah. This procurement is set aside for small businesses and aims to enhance the infrastructure necessary for the maintenance and operation of military aircraft. The project falls under the NAICS code 236210, focusing on industrial building construction, and is critical for ensuring the readiness and safety of military operations. Interested contractors should reach out to Natalia Gomez at natalia.gomez@usace.army.mil or Michelle Spence at michelle.a.spence@usace.army.mil for further details, as the solicitation number W9123825RA009 is currently open for proposals.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 9118 at Dyess Air Force Base in Texas. Contractors are required to provide all necessary labor, materials, tools, and supervision for the demolition, with a budget estimated between $250,000 and $500,000, contingent upon the availability of government funds. This opportunity is a total small business set-aside, emphasizing compliance with health and safety regulations, and requires interested vendors to submit proposals by May 1, 2025, following an optional site visit on April 14, 2025. For further inquiries, interested parties can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
Demo Alert Trailers
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the demolition of two alert trailers located at Building 229 in Des Moines, Iowa. The project requires the contractor to provide personnel, equipment, and supervision to safely demolish the trailers while adhering to strict quality control measures, environmental standards, and installation regulations, including stormwater management and wildlife prevention. This procurement is part of a total small business set-aside initiative, with a performance period scheduled from July 1, 2025, to October 30, 2025. Interested contractors, particularly Women-Owned Small Businesses, should contact Cody Benjamin at cody.benjamin.4@us.af.mil or Kelsey Letcher at kelsey.l.letcher.civ@mail.mil for further details and to ensure compliance with the solicitation requirements.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The project involves a site visit scheduled for April 23, 2025, where firms can gain insights into the design requirements and expectations associated with solicitation number FA8903-25-R-0009. This opportunity is particularly significant as it pertains to the construction of airfield structures, which are vital for maintaining operational readiness and safety at military installations. Interested firms must RSVP by April 16, 2025, and are required to bring personal protective equipment for the site visit; for further inquiries, they can contact Laura Koog or Brindle Summers via email.
Plating Shop Renovation, HAFB, UT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, and aims to repair or alter existing industrial facilities to enhance operational capabilities. The renovation is critical for maintaining the functionality and safety of the plating operations at HAFB, ensuring compliance with federal standards. Interested contractors should note that the solicitation number is W9123824R0032, with amendments affecting submission deadlines and requirements; the pre-proposal conference is scheduled for March 6, 2025, and inquiries can be directed to Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Amelia Bryant at Amelia.K.Bryant@usace.army.mil.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.