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
    Description

    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.

    Files
    Title
    Posted
    The provided document addresses questions and answers regarding the demolition of Building 9118. Key instructions include that the contractor must remove the transformer while leaving its cabling intact, provide their own subcontractors, and bring their own topsoil. The contractor is responsible for disposing of demolished material off base and must cut and cap plumbing and gas lines at specified locations. Demolition tasks include dismantling the concrete driveway to the curb and the removal of both perimeter and exterior piers. The government is preserving items inside the building during demolition, while successful completion requires adherence to environmental specifications for waste disposal. Notably, while access restrictions apply for dumping at MUNS facilities, there are no bulletproof walls in the building. This document serves to clarify operational guidelines and requirements for contractors engaged in the demolition project, reflecting the structured queries typical in government RFP documentation.
    The provided document contains exterior and interior photographs related to a government request for proposals (RFP) or grant application. However, the file lacks descriptive content or context, making it unclear what the specific project entails or the purpose of these images. Typically, within government RFPs, visual documentation like photographs serves to illustrate conditions, locations, or features relevant to the proposal under consideration. The absence of narrative or analysis deeply limits understanding the project's scope, objectives, and requirements. Without details or supporting context, it is impossible to ascertain the document's intent or the nature of the work being presented. Overall, the file predominantly showcases visual content with no accompanying explanation, resulting in an incomplete representation of the underlying project.
    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.
    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.
    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.
    The document outlines an amendment to a solicitation for a demolition project at Dyess Air Force Base, primarily concerning Building 9118. Key modifications include requiring proposals to remain valid for 180 days, the addition of a Questions and Answers section, and a site visit for potential vendors scheduled for April 14, 2025. Offers are due by May 1, 2025, with evaluations based solely on the lowest technically acceptable price. The project is set aside for small businesses, emphasizing that available funding is contingent upon Congressional appropriations. Crucially, contractors are mandated to comply with several Federal Acquisition Regulation (FAR) clauses and to use predominantly domestic construction materials as per Buy American requirements. Notably, the obligation of the government to honor agreements is contingent on the availability of funds and compliance with stipulated labor standards. This amendment signifies a commitment to government accountability and support for small businesses in federal contracting.
    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.
    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
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, 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.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    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.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.