Keswick PP Asbestos Abatement and Floor Install
ID: 140R2025Q0009Type: Solicitation
AwardedJun 9, 2025
$96.3K$96,305
AwardeeGrainger Contracting and Services, LLC 2265 ROSWELL RD STE 301 Marietta GA 30062 USA
Award #:140R2025C0007
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
    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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the abatement of asbestos pipe insulation in Building 76 at the Bath VA Medical Center in New York. The project involves the removal and disposal of approximately 200 linear feet of asbestos-containing material (ACM) pipe insulation, adhering to all local, state, and federal regulations, with a completion timeframe of 30 days from the Notice to Proceed. This work is critical for maintaining a safe environment in a fully operational medical facility, ensuring compliance with health and safety standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 17, 2025, with a pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.