Demolition B9118
ID: FA466125R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, 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 Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 2:00 PM UTC
Description

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.

Files
Title
Posted
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
The document outlines the Contract Progress Schedule (AF Form 3064) for federal projects, specifically regarding the demolition and construction of Building 9118 under contract FA466125R0004. It establishes a framework for contractors to report on project progress, detailing work elements such as mobilization, demolition, construction submittals, and various trades involved (plumbing, HVAC, electrical). Key components include percentage estimates of work completion assigned to each element, as well as scheduled reporting intervals to keep the contracting officer informed about project status. Contractors are instructed to prepare and sign multiple copies of the form for submission, with an emphasis on accuracy and timely updates in case of delays or modifications to the original timeline. This structured approach is essential for oversight and financial management of government contracts, ensuring accountability and transparency as projects progress. Overall, the document serves as a vital tool for managing contractual obligations within federal initiatives.
Apr 1, 2025, 6:04 PM UTC
The document outlines the clauses incorporated in a federal request for proposals (RFP), focusing on the legal and regulatory requirements for companies bidding for government contracts. Key clauses address various compliance issues, including compensation standards for former Department of Defense (DoD) officials, prohibition against contracting with entities convicted of fraud, and employee whistleblower rights. It also details requirements for safeguarding defense information, managing risk with foreign telecommunications, and adherence to labor standards, particularly affecting small businesses. Significant sections specify conditions related to payments, such as timely processing and penalties for late payments, as well as mandates for contractors to ensure subcontractor compliance. The structure includes clauses with references to specific sections of Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing the critical nature of adhering to government procurement standards. Overall, this document serves as a comprehensive guide for contractors in understanding and fulfilling their obligations when engaging with federal projects.
Apr 1, 2025, 6:04 PM UTC
The federal solicitation FA466125R0004 seeks bids for the demolition of Building 9118 at Dyess Air Force Base. The contractor is responsible for providing all necessary labor, materials, tools, and supervision required for the demolition operation. Interested vendors are encouraged to attend an optional site visit on April 14, 2025, and submit their proposals by May 1, 2025. The evaluation criteria will prioritize the lowest price deemed technically acceptable. The budget for this project falls between $250,000 and $500,000, but the contract is contingent on available government funds. Proposal requirements include a clear performance schedule and a detailed pricing breakdown. The solicitation emphasizes the necessity for compliance with various health and safety regulations, alongside other contractual stipulations relevant to working on government properties. Contractors must register for access to the base and adhere to employment conditions stated in several supplemental clauses. Overall, the document outlines a structured approach to soliciting competitive bids while ensuring adherence to safety and legal standards in government contracting.
Apr 1, 2025, 6:04 PM UTC
The document outlines a range of federal and state/local Request for Proposals (RFPs) and grant opportunities aimed at fostering innovative solutions to pressing governmental needs. It emphasizes the necessity for potential bidders to provide detailed proposals that address specific challenges identified by government agencies, including public service improvement and infrastructure development. Key topics include eligibility requirements, timelines, funding priorities, and application procedures. The document stresses the importance of compliance with relevant statutes and delivery of measurable outcomes to enhance accountability. By encouraging community engagement and collaboration, the initiatives aim to leverage public-private partnerships for effective service delivery. The overarching goal is to identify and allocate resources efficiently to enable responsive governance and sustained community growth. The document serves as a critical resource for stakeholders looking to tap into federal and state funding opportunities and contribute to the public sector's innovative landscape.
Apr 1, 2025, 6:04 PM UTC
The document outlines wage determination for building construction projects in Texas (General Decision Number: TX20250278) and is applicable to Callahan, Jones, and Taylor Counties. It specifies compliance with the Davis-Bacon Act, requiring contractors to pay minimum wage rates, influenced by Executive Orders 14026 and 13658. Projects commencing or renewed after January 30, 2022, must adhere to a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, must pay $13.30 per hour if not renewed. The document provides wage rates for various labor classifications, detailing union rates, including plumbers, electricians, and laborers, with specific rates and fringe benefits. It emphasizes the need for contractors to submit conformance requests for unlisted classifications that are necessary for contract performance. Additionally, the document addresses the implementation of paid sick leave under Executive Order 13706 for qualifying employees. The primary purpose is to ensure fair labor practices and compliance with federal wage requirements in government-funded construction contracts, ensuring that prevailing wage rates are maintained for workers involved in these projects.
Lifecycle
Title
Type
Demolition B9118
Currently viewing
Solicitation
Similar Opportunities
Demolition Bldg. 404, Offutt AFB, NE
Buyer not available
The Department of Defense, through 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 appurtenances, restoring or modifying 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 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 should direct inquiries to Blaine Terry at blaine.terry.2@us.af.mil or Elizabeth Dennis at elizabeth.dennis.2@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.
Demolition of Officers Club
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking bids for the demolition of the Officers Club buildings 390 and 395 at the Minneapolis-St. Paul Air Reserve Base. The project requires contractors to provide all necessary services, including permits, supervision, labor, materials, and equipment, with a focus on safety and compliance with environmental regulations, particularly concerning hazardous materials. This demolition initiative is crucial for addressing deteriorating infrastructure and enhancing safety standards at military installations. Interested small businesses must monitor SAM.gov for the solicitation details, with an estimated contract value between $500,000 and $1 million, and a site visit scheduled for April 17, 2025. For further inquiries, potential bidders can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
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.
HV Roundabout
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the HV Roundabout project at Dyess Air Force Base in Texas. The contractor will be responsible for providing all necessary labor, equipment, and materials to establish new electrical circuits to switchgear at the roundabout, ensuring compliance with OSHA standards and minimizing disruptions to normal operations. This project is crucial for maintaining the electrical infrastructure at the base and is set aside exclusively for small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their bids by April 11, 2025, at 2:00 PM CST, and are required to attend a site visit on April 4, 2025; for further inquiries, they can contact Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil.
B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base. The project entails building a single-story facility that includes administrative and command spaces, laboratory areas, and a refueler truck yard, with specific construction requirements such as reinforced concrete foundations, load-bearing masonry walls, and advanced laboratory fixtures. This facility is crucial for supporting the operations of the 7th Logistics and Readiness Squadron and will adhere to stringent Department of Defense construction and cybersecurity standards. Interested contractors can reach out to Bijay Gurung at bijay.gurung@usace.army.mil or 817-886-1018, or Jesus Floriano at Jesus.J.Floriano@usace.army.mil or 817-228-6845 for further details.
Demolish Salty Guard Bldg. 1522
Buyer not available
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.
*AMENDMENT 01* Replace Overhead Doors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of six overhead doors at Building 930, F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all labor, materials, equipment, and supervision necessary to demolish existing doors and install new insulated coiling doors, adhering to a detailed Statement of Work and environmental regulations. This project is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value between $100,000 and $250,000. Proposals are due by 11:00 AM MT on April 9, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.
FY25 365th TRS Alpha Warrior Quad Bunker
Buyer not available
The Department of Defense, through the 82d Contracting Squadron, is soliciting quotes for the construction of the 365th TRS Alpha Warrior Quad Bunker at Sheppard Air Force Base in Texas. This project involves the engineering, furnishing, installation, and testing of a training facility that will include four to six Bunker Conex units, specialized fitness equipment, and necessary infrastructure to enhance physical training capabilities for military personnel. The initiative is part of a broader effort to modernize training facilities, focusing on sustainability and improved fitness training for Air Force members. Interested small businesses must submit their quotes by 10:00 AM CDT on April 21, 2025, and can direct inquiries to Carri Dulaney at carri.dulaney@us.af.mil or Jamie Long at jamie.long.7@us.af.mil.