PKA -B812 Mold Abatement
ID: FA442725Q1099Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking a contractor for mold abatement services at Building 812. The project involves comprehensive mold remediation, including the removal and replacement of affected drywall, insulation, and other components, as well as air quality testing and compliance with health and safety regulations. This procurement is critical for maintaining a safe and healthy environment at the base, particularly following a recent water intrusion event that has led to elevated mold levels. Interested small businesses must submit their proposals by August 11, 2025, at 10:00 AM PDT, and are encouraged to contact Karly Zamiar at karly.zamiar@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil for further details.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for mold removal and associated repairs at Building 812, Travis Air Force Base, CA. The contractor must provide all materials, equipment, and labor to remove and replace mold-affected sheetrock and components, including demolition, cleaning, and the application of anti-microbial solutions. The project also involves bracing utilities, replacing insulation, drywall, texturing, priming, and painting. The contractor is responsible for air sample testing and OSHA notification for this Class 2 non-friable asbestos and mold project. All work must comply with federal, state, and local health, safety, and environmental regulations, including proper handling, storage, transportation, and disposal of hazardous waste. A hazardous waste management plan and a Health and Safety Plan, particularly for asbestos, are required. Normal operating hours are 0730-1600, Monday-Friday. The contractor is responsible for material storage, daily cleanup, and off-base disposal of waste. The room will remain unoccupied, and caution is advised due to large steel piping and a fire suppression system, requiring coordination with Fire Engineer.
    The Travis Air Force Base outlines stringent security and access requirements for contractors, superseding April 2021 guidelines. All contractors must undergo identity proofing and vetting, including NCIC and CLETS checks, unless they possess a verifiable government security clearance. Contractors must also prove legal eligibility to work in the U.S. and adhere to REAL ID Act standards for identification. Disqualifying factors for base access include criminal convictions related to terrorism, violence, drug distribution, and extensive criminal history. Primary contractors are responsible for their personnel's conduct, pass management, and immediate notification of employee status changes. All contractors must comply with base policies, including vehicle registration and presenting identification upon request. Additional security measures, such as escort requirements for subcontractors and those without restricted area badges, apply. Training in information protection, antiterrorism awareness, and operations security (OPSEC) is mandatory. These measures ensure base security, enforce legal compliance, and outline contractor responsibilities.
    American Compliance Services, LTD (ACS) conducted a limited mold assessment at Travis Air Force Base, Building 812, Fire Pump Room, on April 8, 2025, following a water intrusion event. The assessment involved collecting air and tape-lift samples and performing a visual inspection. Elevated mold spore counts of various types, including Stachybotrys, were found in both air and tape-lift samples, indicating current or recent mold growth associated with water intrusion. Recommendations include repairing water leaks, removing and replacing affected drywall, cleaning surrounding areas with mold inhibitors, isolating the room, and controlling humidity and temperature. The report emphasizes that there are no regulatory standards for indoor biological contamination, and interpretations are based on comparisons to guidelines from organizations like the American Conference of Governmental Industrial Hygienists (ACGIH).
    The Past Performance Questionnaire is a critical document for evaluating contractor performance in government solicitations. It requires detailed information, including contract specifics, a description of the work completed, and a comprehensive performance assessment. Contractors are rated across various categories such as quality, schedule, cost control, management, small business utilization, and regulatory compliance, using a five-tier system: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. Any rating other than 'Satisfactory' necessitates a written justification. The questionnaire also includes sections for additional remarks and requires the respondent's signature, name, email, phone number, and agency/company affiliation, ensuring accountability and transparency in the evaluation process.
    The Statement of Work for Mold Removal at Building 812, Travis Air Force Base, outlines comprehensive requirements for a contractor to mitigate mold damage. The contractor must supply all necessary materials, labor, and coordination with relevant personnel, operating from Monday to Friday. Key tasks include the demolition of compromised drywall, creating negative pressure enclosures, and ensuring safe removal of affected materials while adhering to health and safety regulations. The contractor is responsible for compliance with all relevant federal, state, and local guidelines regarding hazardous and non-hazardous waste management, including developing a hazardous waste management plan. A Health and Safety Plan must also be established if friable asbestos is detected, with prior acceptance required before proceeding with work in affected areas. The contractor will manage all utilities during the project and ensure a tidy workspace at all times, with an unoccupied area maintained throughout the remediation efforts. The document underscores adherence to safety standards and regulatory compliance, reinforcing the government's commitment to a safe working environment during infrastructure repairs involving hazardous materials.
    The Travis Air Force Base's security requirements outline essential protocols for contractors seeking access to the closed installation. Contractors must undergo identity proofing and vetting, including checks via the National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS), unless they possess a valid government security clearance. Acceptable forms of identification are specified, with particular compliance mentioned concerning the REAL ID Act. Contractors must be aware of various disqualifiers for base access, including criminal behavior and associations with terrorism. The primary contractor bears the responsibility of ensuring all employees follow protocols, maintain valid passes, report changes in employment status, and adhere to additional requirements during heightened force protection conditions. Notably, measures to handle lost passes, contractor training, and operations security (OPSEC) considerations are also included. The document emphasizes the importance of security, vetting protocols, and compliance with federal regulations to protect the installation and ensure contractor accountability and safety. This suite of requirements aligns with broader government standards relevant to federal grants, RFPs, and state/local contractor engagements to promote safety and security in sensitive government facilities.
    American Compliance Services, LTD conducted a limited mold assessment at Travis Air Force Base's Fire Pump Room following a water intrusion incident. The assessment involved collecting air and tape-lift samples to analyze mold spore levels and identify microbial growth. Results indicated elevated mold spore counts, particularly of the hazardous Stachybotrys species, suggesting current or recent mold growth. Visible discoloration on drywall was noted, and a musty odor was detected. Recommendations include repairing water leaks, removing affected drywall, using mold inhibitors, and controlling humidity to prevent further mold growth. Additionally, it advises isolating the area until remediation is complete. This assessment underscores ongoing monitoring and compliance with health guidelines to ensure safety in government facilities.
    The Past Performance Questionnaire is a structured assessment tool designed for evaluating contractor performance in federal and state/local contracting processes. It includes fields for reference information, such as contract number, value, and the contractor's role (prime or sub-contractor), followed by a detailed description of the completed work. Performance is rated across multiple criteria, including quality, schedule adherence, cost control, management efficiency, small business engagement, and regulatory compliance, using a five-point scale from "Exceptional" to "Unsatisfactory." Each rating must be justified with rationale, particularly if it deviates from a satisfactory level, ensuring accountability. Additional comments and the respondent’s contact information are required for thorough assessment documentation. This questionnaire aims to provide an objective framework for evaluating contractor effectiveness, ultimately guiding future procurement decisions and promoting high standards in government contracting.
    The 60th Contracting Squadron at Travis Air Force Base is seeking a contractor for B812 Mold Abatement services, establishing a Firm Fixed Price contract. This Request for Quotation (RFQ), FA4427-25-Q-1099, is a 100% Small Business Set-Aside under NAICS Code 562910 (Remediation Services). Key dates include a site visit on July 28, 2025, and a response deadline of August 11, 2025, at 10:00 AM PDT. Offerors must be SAM registered, provide past performance information (3-5 relevant contracts), and demonstrate financial capability. Quotes will be evaluated based on Price and Past Performance, with an emphasis on acceptable past performance in mold abatement or similar environmental remediation. The contract incorporates various FAR, DFARS, and DAFFARS clauses, including strict prohibitions on certain telecommunications and video surveillance equipment and services from covered foreign countries.
    The 60th Contracting Squadron at Travis Air Force Base is seeking quotes for a Firm Fixed Price contract for mold abatement services in building B812, identified under solicitation number FA442725Q1099. Key details include a site visit on July 28, 2025, with prior registration requirements, and mandatory adherence to regulations outlined in the Federal Acquisition Regulation (FAR). The Request for Quotation (RFQ) is set aside for small businesses with a focus on remediation services, classified under NAICS code 562910. Offerors must demonstrate past performance through relevant projects completed within the last five years, and their quotes will be evaluated based on price fairness and past performance standards. Proposals should include certifications, potential warranties, and the capacity to meet delivery expectations. The quotation deadline is August 11, 2025, by 10:00 AM PDT. Compliance with additional FAR clauses regarding telecommunications equipment, as well as regulations on contractor responsibility, is mandatory. This solicitation underscores the commitment to maintain safety standards while ensuring effective mold remediation at the base facility.
    The document, FA442725Q1099 B812 Mold Abatement RFIs, addresses contractor inquiries regarding a new mold abatement project. Key points clarified include the contractor's responsibility for both deconstruction and reconstruction of affected areas, encompassing drywall, insulation, texture, prime, paint, and seals for approximately 800 square feet of mold. It is confirmed that this is a new project with no incumbent contractor. An asbestos survey is not available due to the building's age. While no as-built plans or exact room dimensions are available, photos of the affected areas are provided, and the Statement of Work outlines the project's scope. The document also notes the presence of pipes and utilities that may require removal or work-around during remediation.
    Lifecycle
    Title
    Type
    PKA -B812 Mold Abatement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the remediation of water and mold damage at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. The project requires contractors to provide equipment, materials, and manpower for demolition, water mitigation, and build-back services in buildings 1 and 29, necessitating qualified technicians and a certified mold remediation team. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated contract value between $100,000 and $250,000. Proposals are due by December 15, 2025, at 1:00 PM CST, and interested parties should contact Miguel Gonzalez at miguel.gonzalez4@va.gov or 915-282-1732 for further information.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    PKB Schedule Anywhere
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure services under the title "PKB Schedule Anywhere" through a justification notice. The procurement is categorized under professional support services, with a focus on requirements outlined in the attached single source justification document. This opportunity is significant for ensuring the operational efficiency and support of activities at Travis Air Force Base in California. Interested vendors can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or call 707-424-7752 for further details, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for additional inquiries.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    USACE SPK DBB Construction - DDJC Tracy W28 Fire Life & Safety Repairs – Tracy, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice for potential contractors to modify the exterior fire sprinkler systems at Warehouse 28, DDJC Tracy, California. The project aims to convert the existing water-based fire sprinkler system, which is prone to freezing, to a system that remains operational in cold weather conditions. This modification is crucial for maintaining safety standards and operational readiness in the facility. Interested contractors are invited to submit capability statements by December 12, 2025, with an estimated project value between $1 million and $5 million, and a potential solicitation anticipated around March 2026. For further inquiries, contact Erik Quiralte at Erik.Quiralte@usace.army.mil or call 916-557-5157.