Z--Keswick PP Asbestos Abatement and Floor Install
ID: 140R2025Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for an asbestos abatement and floor installation project at the Keswick Powerplant in Redding, California. The project involves the removal of asbestos-containing materials and the installation of new flooring, with a total estimated cost ranging from $100,000 to $250,000, and is set aside for small businesses. This initiative is crucial for ensuring environmental safety and compliance with federal and state regulations during the remediation process. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Ronald Gamo at rgamo@usbr.gov or by phone at 916-978-4304 for further information.

Point(s) of Contact
Gamo, Ronald
(916) 978-4304
(916) 978-5175
rgamo@usbr.gov
Files
Title
Posted
Apr 9, 2025, 11:06 PM UTC
The document is an amendment to Solicitation No. 140R2025Q0009, which addresses the Keswick Powerplant asbestos abatement and floor installation project by the Bureau of Reclamation. This amendment outlines changes, key contractor requirements, and a detailed Statement of Work for the removal of asbestos and installation of new flooring across several rooms within the powerplant. Key changes include revised phases for abatement, clarification on security procedures for personnel, and the requirement for a third-party air monitoring specialist. The Statement of Work mandates strict adherence to safety protocols, thorough air monitoring, and proper disposal of hazardous materials, emphasizing compliance with federal and state regulations. The scope encompasses multiple duties such as establishing containment areas, removing contaminated materials, ensuring a clear safety plan, and carrying out daily monitoring. Contractors are required to possess relevant licenses and certifications, and key deliverables include plans for safety, abatement, and waste disposal. The timeline for project completion is 90 days after the Notice to Proceed. This document reinforces the government’s commitment to ensuring a safe and compliant workspace during the abatement procedures.
Apr 9, 2025, 11:06 PM UTC
The document outlines wage determinations for construction projects in California under General Decision Number CA20250007, effective March 7, 2025. It replaces the previous year's decisions and covers various construction types, including building, heavy, dredging, and highway projects across multiple counties. It emphasizes compliance with the Davis-Bacon Act, requiring contractors to adhere to specific minimum wage rates based on the type of contract and associated executive orders. The summary includes detailed wage rates, fringe benefits for different crafts such as asbestos workers, boilermakers, electricians, and laborers, segmented by geographic areas. Each area presents unique wage rates and classifications, particularly for specialty work like diving and dredging. This information is critical for contractors bidding on federal projects, ensuring they meet labor standards while promoting fair compensation for workers. The comprehensive nature of the document provides essential guidance for navigating prevailing wage laws and requirements within the specified regions of California.
Apr 9, 2025, 11:06 PM UTC
This document is a "Release of Claims" form from the United States Department of the Interior, intended to be completed by a contractor upon the completion of a federal contract. It stipulates that before the final payment is disbursed, the contractor must provide a release, discharging the United States from any further claims, debts, or obligations related to the contract. The form includes spaces for various details such as the contract number, payment amount, contractor name, and signature, with an option to certify if the contractor is a corporation. The purpose of this document is to formalize the contractor's acceptance of payment while ensuring the government is released from any future liabilities associated with the contract. By signing, the contractor acknowledges receipt of payment and waives any additional claims against the government, except those explicitly stated. This form is standard in government procurement processes, safeguarding the government's interests by preventing potential disputes post-payment.
The solicitation document (No. 140R2025Q0009) outlines the requirements for the asbestos abatement and floor installation project at the Keswick Powerplant in Redding, California. This project, set under a Total Small Business set-aside, has an estimated price range of $100,000 to $250,000, and requires the selected contractor to perform the work within 90 calendar days after receiving the notice to proceed. The work entails the removal of asbestos-containing materials from several rooms in the powerplant, followed by the installation of new flooring materials. The project is organized into several phases, and the contractor must ensure proper containment protocols during the removal process to prevent contamination. Safety measures and adherence to regulations from federal and state agencies regarding asbestos handling are crucial. The contractor's personnel must possess appropriate certification and training for asbestos abatement activities, and thorough clean-up and final inspection processes are mandated before project completion. The emphasis on safety, compliance with regulatory standards, and the qualifications of workers reflects the government's commitment to both public health and strict adherence to construction guidelines during environmental remediation projects.
Apr 9, 2025, 11:06 PM UTC
The document is an amendment to solicitation number 140R2025Q0009, concerning the Keswick Powerplant Asbestos Abatement and Floor Installation project. The primary purpose of the amendment is to implement various changes to the solicitation documents. Key updates include responses to offeror’s questions and revisions to Section C, the Statement of Work. The period of performance for the project is established as May 5, 2025, to June 30, 2025. The amendment specifies that offerors must acknowledge receipt of this amendment appropriately to avoid rejection of their offers. It also emphasizes that if any changes are desired to existing offers due to this amendment, they must be communicated before the specified deadline. The document continues to assert that all other terms and conditions remain unchanged. This amendment is part of the federal government's procurement process ensuring compliance and transparency in the acquisition of services related to public works.
Apr 9, 2025, 11:06 PM UTC
The Bureau of Reclamation's solicitation invites bids for a project involving asbestos abatement and floor installation at the Keswick Powerplant in Redding, CA. The estimated project cost ranges from $100,000 to $250,000, and it is set aside for small businesses under applicable federal procurement regulations. The solicitation requires bidders to begin work following award and includes specific performance periods, with the contractor required to furnish performance and payment bonds. Offers must be completed and submitted by the specified deadline. The work entails environmental remediation and is governed by various clauses and provisions outlined in the solicitation. The project aims to ensure compliance with safety regulations while enhancing the facility's operational standards. The award process will follow the established guidelines of the Federal Acquisition Regulation. This solicitation reflects the government's commitment to engaging small businesses and ensuring environmental safety standards in government-funded projects.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
USCG Paris Landing- Asbestos and Demo services
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for asbestos abatement and demolition services at the Paris Landing facility in Buchanan, Tennessee. The project involves the removal of asbestos-containing materials from approximately 1,100 square feet of flooring and associated adhesive, along with the demolition of specific interior walls to create an open space. This initiative is crucial for ensuring safety and compliance with federal, state, and local regulations regarding hazardous waste disposal, particularly Tennessee's asbestos handling laws. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to submitting their proposals. The contract will be awarded based on the lowest price technically acceptable offer, with a project value estimated between $25,000 and $100,000. Proposals should be submitted to Kala Lowe at kala.m.lowe@uscg.mil, with work expected to commence within 10 days of the notice to proceed and completed within 30 days.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
P--Crystal Creek Camp Demolition, NPS-WHIS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the demolition of the Crystal Creek Camp located in the Whiskeytown National Recreation Area, Shasta County, California. The project involves the removal of obsolete structures, debris clearance, site grading, and environmental restoration, with a focus on managing hazardous materials such as asbestos and lead-based paint in compliance with federal and state regulations. This initiative is crucial for enhancing public safety and restoring natural landscapes, reflecting the government's commitment to environmental stewardship. Interested small business contractors must submit their quotations by April 17, 2025, with the project scheduled to commence between September 1 and December 31, 2025. For further inquiries, contact Rocio Gomez Macias at rociogomezmacias@nps.gov or call 415-464-5204.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
Z1DA--Abate B219 Ceilings-Select Rooms
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for a construction project titled "Z1DA--Abate B219 Ceilings-Select Rooms" at the Veterans Affairs Southern Oregon Rehabilitation Center and Clinics (VA SORCC) in White City, Oregon. The project involves the abatement of asbestos-containing materials and the removal and replacement of acoustic ceiling tiles in specified rooms, with strict adherence to safety protocols and environmental compliance. This initiative is crucial for maintaining high standards in veterans' healthcare facilities while ensuring the operational integrity of the Medical Center during renovations. Interested contractors should note that the estimated contract value is between $100,000 and $250,000, with sealed offers due by April 28, 2025, and a pre-bid site visit scheduled for April 10, 2025. For further inquiries, contact Contract Officer Helen Woods at Helen.Woods@va.gov.
INSTALL- COMPRESSED AIR LINE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops to improve operational efficiency, with a budget estimated between $25,000 and $100,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit their proposals by April 14, 2025, and can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442 for further information.
INDE 253054 Remediation Services Rehabilitate Miss
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for remediation services to rehabilitate mission-dependent HVAC systems and implement energy conservation measures in Philadelphia, PA. This procurement focuses on asbestos removal and enhancing energy efficiency, with a contract performance period set from April 28, 2025, to June 27, 2025. The initiative is part of the government's commitment to improving environmental safety and energy conservation while promoting small business participation, particularly those owned by service-disabled veterans and women. Interested offerors must submit their proposals by the specified due date and can contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
Z--Red Rock Canyon NCA Admin Building Repairs
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the repair and remediation of the Administration Building at the Red Rock Canyon National Conservation Area in Clark County, Nevada. The project includes a range of construction tasks such as roofing replacements, HVAC system upgrades, and rodent remediation, with a total budget estimated between $500,000 and $1 million. This initiative is part of the government's commitment to maintaining public facilities and ensuring compliance with federal regulations, particularly through a Total Small Business Set-Aside to support small business participation. Interested contractors must submit their proposals by April 21, 2025, following a mandatory site visit on April 2, 2025; for further inquiries, contact Lisa McKeon at lmckeon@blm.gov or 850-890-6395.
LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the "Lake 254108 Calville Bay Barge Relocation" project, aimed at enhancing water access and infrastructure within the Lake Mead National Recreation Area. The project involves relocating a water intake barge, constructing a moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. This initiative is critical for maintaining essential water services for park operations and visitor enjoyment, with an estimated construction budget ranging from $5 million to $10 million. Interested contractors must submit sealed proposals by the specified deadline and are encouraged to contact Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.