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
Demolition Bldg. 404, Offutt AFB, NE
Buyer not available
The Department of Defense is soliciting bids for the demolition of Building 404 at Offutt Air Force Base in Nebraska. The project requires the complete demolition of the building and associated appurtenances, with site restoration and protection of existing items as per the provided specifications. This contract is a 100% small business set-aside, with an estimated value between $1 million and $5 million, emphasizing the government's commitment to engaging small businesses in federal contracting. Interested contractors must submit their electronic bids by May 7, 2025, following a mandatory site visit on April 15, 2025, and can direct inquiries to Blaine Terry at blaine.terry.2@us.af.mil or Elizabeth Dennis at elizabeth.dennis.2@us.af.mil.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals 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, which includes specific tasks such as removing a transformer, cutting and capping plumbing and gas lines, and disposing of demolished materials off base. This project is a total small business set-aside, with a budget estimated between $250,000 and $500,000, contingent upon the availability of appropriated funds. Proposals must be submitted by May 1, 2025, and interested vendors are encouraged to attend an optional site visit on April 14, 2025, with prior registration required for base access. For further inquiries, contractors can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
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.
Demo Alert Trailers
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the demolition of two alert trailers at the Iowa Air National Guard Base located in Des Moines, Iowa. The project involves comprehensive site preparation, including utility verification, removal of infrastructure elements, and adherence to environmental and safety standards, with a focus on protecting existing pavements and ensuring proper drainage. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the government's commitment to supporting small businesses, particularly Women-Owned Small Businesses (WOSB). Interested contractors must submit a DSM Access Request Form by May 2, 2025, for a site visit scheduled on May 6, 2025, and can contact Cody Benjamin at cody.benjamin.4@us.af.mil or Kelsey Letcher at kelsey.l.letcher.civ@mail.mil for further details.
DEMO BUILDING 91021
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the demolition of Building 91021 at Hurlburt Field, Florida. The project requires contractors to provide all necessary labor, materials, and equipment to safely demolish the building while adhering to federal, state, and local regulations, including the proper handling of hazardous materials and site restoration. This initiative underscores the importance of environmental compliance and safety in construction projects, particularly in military settings. Interested parties should contact Lorenzo Small at lorenzo.small@us.af.mil or Tyler Peterson at tylerjohn.peterson@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
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, specifically the Air Force, is seeking a qualified small business architect-engineer firm to provide Title I and Title II services for the renovation of Aircraft Hangar 225 at Hill Air Force Base, Utah. This procurement aims to support Facility Sustainment, Restoration, and Modernization (FSRM) efforts, with a total contract ceiling of $35 million and a minimum task order limit of $2,500. The selected firm will be responsible for delivering specialized engineering services, with evaluations based on criteria such as past performance, qualifications, and relevant experience in hangar renovations. Interested firms must submit their SF330 documents by May 19, 2025, and can direct inquiries to Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil, with a non-mandatory site visit scheduled for April 23, 2025.
Altonah Guard Station Renovation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting bids for the renovation of the Altonah Guard Station located in Duchesne County, Utah. The project encompasses a range of construction tasks, including flooring installation, ceiling repairs, bathroom remodeling, window replacements, and optional exterior painting, with a focus on preserving historical features of the site. This renovation is crucial for maintaining the infrastructure of national forest facilities and ensuring compliance with federal standards. Interested contractors must submit their proposals by May 6, 2025, with a pre-proposal site visit scheduled for April 16, 2025. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Contracting Officer Westley Bisson at westley.bisson@usda.gov or Contracting Officer's Representative Cathleen Christensen at Cathleen.Christensen@usda.gov.
152 AW Base-wide Exterior Fall Protection Equipment_Install
Buyer not available
The Department of Defense, through the Nevada Air National Guard's 152 Mission Support Contracting Office, is seeking qualified contractors to provide and install exterior fall protection systems for various buildings at their facility in Reno, Nevada. The procurement involves a Firm Fixed Price Purchase Order that requires the contractor to supply all necessary labor, materials, tools, and equipment to complete the installation in accordance with the provided Performance Work Statement. This project is critical for ensuring safety compliance and operational efficiency within the facility. Interested parties should direct inquiries to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil, with the opportunity set aside for small businesses under SBA guidelines. Quotes are being requested, and no written solicitation will be issued.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
Construct Blast Fence
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a project titled "Construct Blast Fence" at the 117th Air Refueling Wing in Birmingham, Alabama. The procurement involves a firm fixed-price contract for the construction of two full power jet blast deflectors, including the necessary concrete paving systems and the relocation of existing flight line security lighting and fuel system controls. This project is crucial for accommodating full engine run-ups for the KC-135 aircraft and is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million. Interested contractors should note that the solicitation is expected to be issued around May 7, 2025, with a pre-bid conference tentatively scheduled for March 14, 2025, and must register in the System for Award Management (SAM) to participate. For further inquiries, contact William K. Hall at william.hall.65@us.af.mil or Joshua Waters at joshua.waters.8@us.af.mil.