OHARNG FY24 CJAG Demo Project
ID: W91364-24-Q-0049Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OH ARNGCOLUMBUS, OH, 43235-2712, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Ohio Army National Guard (OHARNG), is soliciting proposals for the FY24 CJAG Demolition Project at Camp James A. Garfield Joint Military Training Center in Ravenna, Ohio. The project involves the demolition of three primary buildings and the abatement of hazardous materials, including asbestos and lead-based paint, with the potential for six additional optional locations depending on funding availability. This initiative underscores the importance of environmental safety and compliance with federal regulations, as contractors must manage hazardous materials and adhere to strict waste disposal protocols. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by September 12, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024. For further inquiries, potential bidders can contact Herbert L. Brown at herbert.l.brown24.civ@army.mil or by phone at 614-336-7465.

    Files
    Title
    Posted
    Tara Management Consulting Ltd. conducted an asbestos material survey of Building 855 at Camp James A Garfield in Ravenna, Ohio, on April 22, 2024, prior to its demolition, to comply with OSHA and EPA NESHAP regulations. The survey, executed by Certified Asbestos Hazard Evaluation Specialist Daniel C. Peders, found no friable or non-friable asbestos materials within the structure. All samples collected, totaling ten bulk samples from various materials, were analyzed using Polarized Light Microscopy, confirming no detectable asbestos content in the assessed areas. The report includes a summary of detected materials and emphasizes that, due to the absence of regulated asbestos-containing material (RACM), no removal is required before demolition. This assessment complies with necessary health and safety regulations, ensuring no asbestos hazards will interfere with the demolition process. Eurofins Environment Testing North Central, LLC, the contractor that commissioned the survey, is advised to follow established guidelines regarding the disposal of any materials that may pose risks if disturbed in the future. This document serves as a formal record of the survey's findings and outlines the necessary steps for maintaining compliance and safety throughout the project's course.
    The document outlines a risk assessment conducted at the Ravenna Army Ammunition Plant, focusing on potential fiber release from asbestos-containing materials (ACEM). It features multiple assessment sheets that record the current conditions of ACEM, including evidence of deterioration, physical and water damage, as well as the potential for future disturbance due to building occupancy and air movement dynamics. The evaluations detail specific factors like building use, occupancy status, and proximity to air plenums, indicating varying levels of risk associated with asbestos exposure. Additionally, bulk sample analysis results are provided, indicating the presence and estimated percentages of different asbestos types—such as chrysotile and amosite—along with other fibers like glass, cellulose, and synthetic components. The samples are tracked with chain-of-custody records, ensuring accurate documentation of materials analyzed. Overall, the document serves to assess the hazards associated with asbestos materials at the site, ultimately guiding mitigation efforts required for compliance with health and safety regulations, illustrating the importance of thorough inspections in federal grant and RFP contexts concerning environmental safety.
    The Ravenna Army Ammunition Plant's Risk Assessment Sheet evaluates the potential for asbestos fiber release and aims to ensure safe building conditions. It includes factors such as current conditions of the Asbestos-Containing Materials (ACEM), including evidence of deterioration, physical and water damage, and the likelihood of future disturbance. The document assesses occupancy levels, proximity to air streams, and accessibility for maintenance personnel, crucial for evaluating risk. It also contains a Building Summary Sheet detailing construction types, area usage, inspection dates, and occupancy status. The bulk sample analysis sections document findings from asbestos sampling, specifying various types of asbestos, including Chrysotile and Crocidolite, along with non-asbestos fibers detected. This information is essential for compliance with health and safety regulations. The overarching purpose of this document aligns with government directives to manage hazardous materials responsibly, particularly asbestos. By identifying potential risks, the assessment ensures that any necessary abatement actions can be taken prior to modifications, safeguarding both public health and regulatory compliance throughout facility management processes.
    The document outlines a hazardous material survey conducted at a facility (Building G3). It details the presence of asbestos and its condition, emphasizing the monitoring of encapsulated friable materials. Multiple samples were taken to determine the types of asbestos, such as chrysotile and amosite, and their estimated percentage within the materials present. The analysis reflects on potential hazards, noting evidence of deterioration and physical damage, including delamination and water damage risks. The report includes comments from laboratory analyses, detailing the significance of this data for ensuring safety and compliance with environmental health standards. Overall, this report serves as a critical assessment for any planned renovations or construction work, underscoring the importance of handling hazardous materials safely and according to regulatory guidelines for public health protection. The findings will influence future remediation actions taken at the site.
    The document provides an assessment of the Ravenna Army Ammunition Plant, focusing on the evaluation of asbestos-containing materials (ACMs) and potential fiber release risks. It includes a summary sheet with details on building type, inspection team, construction year, and specific attributes such as area, occupancy, and conditions of ACMs. The assessment examines the current condition of ACMs, including evidence of deterioration, physical and water damage, and potential for future disturbance based on building activities and occupancy levels. There are also structured assessment forms for evaluating fiber release potential, risk factors related to air flow and accessibility, and sample collection documentation for analysis of bulk materials. Laboratory details for asbestos sample analysis are included, reporting the presence and estimated percentages of various types of asbestos fibers. The document largely serves to ensure compliance with safety regulations regarding hazardous materials management within military facilities, addressing health risks and the necessary precautions for building renovations or demolitions.
    The document outlines a comprehensive assessment of the Ravenna Army Ammunition Plant, focusing on the condition of various buildings, particularly regarding the presence of asbestos-containing materials (ACBM). It includes detailed building summaries, risk assessments, and bulk sample analysis concerning asbestos. Each building section specifies critical data such as construction type, occupied area, inspection dates, and inspection team members, while also covering the current condition of materials, potential fiber release, and risk factors related to occupancy and physical damage. The evaluations reveal necessary inspections and sample analyses to ensure safety and compliance with health regulations. The document serves as a crucial resource for federal and local authorities managing environmental and public health risks at the Ravenna facility, highlighting the importance of asbestos management and building safety standards in government operations.
    The Ravenna Army Ammunition Plant's building survey assesses conditions related to asbestos-containing materials (ACBM) and potential fiber release risks. The document includes detailed building summaries, inspection teams, and analysis forms indicating construction types, areas sampled, and the presence of ACBM. Risk assessment forms evaluate occupancy levels, evidence of damage, and accessibility, determining the likelihood of future disturbance to ACBM. Several samples were analyzed for asbestos content, indicating various types including chrysotile and amosite, alongside evaluations for non-asbestos fibers. Comprehensive chain-of-custody records demonstrate proper tracking for asbestos bulk samples, affirming adherence to safety protocols. The survey underscores the importance of health and safety compliance in federal environmental management, ensuring the protection of personnel and the environment in future facility operations or renovations.
    The memorandum from the Ohio Adjutant General’s Department outlines environmental hazards and regulations for buildings set for demolition in FY24 at Camp James A. Garfield Joint Military Training Center. It emphasizes the identification of hazardous materials, primarily asbestos and lead-based paint, found in multiple structures. The document specifies that all waste must be managed according to federal, state, and local regulations, especially those related to the Toxic Substances Control Act (TSCA) and the Resource Conservation and Recovery Act (RCRA). Licensed contractors are required to handle hazardous materials, and all waste streams must be properly inspected, contained, and disposed of in designated facilities. Additionally, the memorandum stresses the necessity for contractors to have proper training and experience in hazardous waste management. Each building's specific hazards are detailed, outlining required actions for asbestos abatement, lead paint management, and recycling protocols. This document serves as a legally binding guide for contractors during the demolition project, ensuring compliance with environmental safety standards while addressing the site's historical contamination issues.
    The Ohio Army National Guard (OHARNG) seeks offers for the demolition of three buildings and the abatement of hazardous materials at Camp James A. Garfield Joint Training Center in Ravenna, Ohio, as outlined in solicitation W91364-24-Q-0049. The project includes three primary buildings and six optional locations, which may be undertaken based on funding availability. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) certified by the SBA. Offerors must adhere to stringent evaluation criteria, focusing on past performance and price. Quotes are to be submitted by 12:00 pm on September 12, 2024, and must include the proposer’s SAM Cage code or DUNS number. A site visit is scheduled for August 29, 2024, necessitating prior notification for access verification. The document emphasizes compliance with federal regulations and instructions for the submission process, underlining the importance of clarity and accuracy in bids. This RFQ reflects the government's commitment to engaging veteran-owned businesses while ensuring effective project execution and safety standards in the demolition process.
    The document outlines a Request for Proposal (RFP) for the demolition services at the Camp James A. Garfield Joint Military Training Site (CJAGJMTC) in Ravenna, Ohio. It includes detailed specifications for the demolition of multiple buildings, with a focus on environmental safety and regulatory compliance. Contractors must manage hazardous materials, dispose of various waste types, and obtain necessary environmental permits. Key tasks include hazardous materials abatement, proper removal and disposal of structures and debris, and site restoration, including utilities disconnection and compaction testing of backfill materials. The document emphasizes adherence to federal, state, and local regulations, including the development of an Environmental Work Plan (EWP) to ensure compliance throughout the project. The contractor's qualifications include experience in demolition and hazardous waste management. Permitting and site safety procedures, including restricted access and staff training in security and environmental regulations, are mandatory for execution. This comprehensive approach highlights the government's commitment to environmental stewardship and safety during the demolition process.
    The Ohio Army National Guard is initiating an RFP for the FY24 CJAG Demolition Project at Camp James A. Garfield, focusing on the demolition of several buildings in Ravenna, OH. The document addresses various inquiries from potential bidders regarding project specifics. Key points include access to project plans via the Performance Work Statement, the requirement for asbestos and hazardous materials reports available on SAM.gov, and permits needed from the Ohio EPA. Standard construction fencing is specified for safety, and training sessions are estimated to last two hours each. The procurement is designated exclusively for Service-Disabled Veteran-Owned Small Businesses, ensuring that only eligible contractors can participate. An environmental work plan will not be provided prior to contract award, and while attendance at the site walk-through is encouraged, it is not mandatory for bidding. This document serves to clarify requirements and guide interested parties in the bidding process, emphasizing compliance with environmental safety standards and supporting the participation of veteran-owned businesses in government contracting opportunities.
    The document outlines the Request for Proposals (RFP) W91364-24-Q-0049 for the CJAG Demo 2024 project, scheduled for August 29, 2024. It lists various participating companies and their respective contact details, including names, telephones, and emails, ensuring stakeholders can easily reach out for further information. The project focuses on demolition and related construction services, illustrated by the diverse array of companies involved, covering areas like plumbing, construction, landscape, and environmental services. This comprehensive roster indicates a collaboration of specialized contractors, highlighting the importance of multi-disciplinary expertise in executing the project successfully. Additionally, the inclusion of multiple vendors suggests an emphasis on competition and transparency within the procurement process, vital for compliance with federal and local regulations. This RFP aims to streamline the proposal submission process, inviting bids from qualified firms to carry out essential demolition work effectively and safely, aligning with governmental standards for infrastructure projects.
    The document outlines a Request for Proposal (RFP) from the U.S. government for the demolition of multiple buildings within a specified area. The solicitation number, W9136424Q0049, was issued on August 20, 2024, with an offer due date of September 12, 2024. The main objective is the full demolition of specific buildings at a military facility in Columbus, Ohio, including various sewage treatment facilities and access control buildings, with delivery terms defined as FOB Destination. The acquisition is designated for small businesses within certain classifications, including service-disabled veteran-owned and HUBZone businesses. Wage determinations are provided under the Service Contract Act, specifying minimum wage rates applicable to various occupations involved in the project. This includes requirements for health and welfare benefits, paid leave, and holiday provisions, ensuring compliance with Federal guidelines. The document also incorporates clauses relevant to contractors, including mandatory certifications and regulations that must be followed. Overall, the RFP emphasizes the government's focus on engaging small business enterprises while ensuring adherence to labor standards and environmental safety during the demolition process.
    The Ohio Army National Guard has released a solicitation for the FY24 CJAG Demolition Project, identified by SOL#: W91364-24-Q-0049. This document primarily addresses inquiries regarding the bidding process for the demolition work scheduled in Ravenna. A key point articulated in the communication pertains to accessing project plans and specifications, which can be obtained through the Performance Work Statement and within the solicitation text itself. The Q&A format illustrates the Guard's commitment to providing clear guidance to potential bidders, ensuring transparency in the procurement process. This RFP represents a significant opportunity for contractors specializing in demolition and related services, and underscores governmental efforts to solicit competitive bids for infrastructure projects while adhering to established procurement protocols.
    The document outlines initiatives surrounding federal and state/local Requests for Proposals (RFPs) and grants, focusing on various sectors requiring funding and support. It highlights the criteria and processes by which these funding opportunities are awarded, emphasizing the necessity for compliance with pertinent regulations and guidelines. Key topics include the importance of public accountability, adherence to standards, and the need for transparent processes that facilitate competitive bidding for grant opportunities. The structure includes a systematic breakdown of essential components, such as eligibility requirements, application procedures, evaluation metrics, and reporting obligations. This framework ensures applicants understand their responsibilities while promoting organizational effectiveness. Additionally, the document discusses the potential impact of these initiatives on local communities and stakeholders, illustrating how successful proposals can foster growth and desired outcomes in relevant fields. Ultimately, it serves as a foundational guide for entities seeking financial support through RFPs and grants, stressing the importance of diligent preparation and submission processes to secure public funding.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Ohio Billboard Advertising
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for outdoor billboard advertising services for the Ohio Air National Guard (OH ANG). The contract requires the contractor to provide all necessary personnel, equipment, and materials to install and maintain billboards in various locations across Ohio, with a performance period from September 25, 2024, to March 24, 2025. This advertising campaign is crucial for recruitment efforts, emphasizing the importance of high-quality, compliant advertising that aligns with national ANG objectives. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 18, 2024, and can direct inquiries to James Kliewer at james.kliewer.2@us.af.mil.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    Snow Removal Services at OH105 Multi Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide snow removal services at five locations throughout Ohio under Solicitation Number W911SA24Q3143. The contract will cover a performance period from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining safe access to Army Reserve facilities during winter conditions, ensuring effective snow and ice management on roads, parking lots, sidewalks, and loading docks. Interested vendors must submit their quotes by the specified deadline, ensuring all required documentation is included, and may direct inquiries to Shannon Baker at shannon.a.baker2.civ@army.mil.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and restore drainage, ensuring compliance with federal, state, and local regulations. This project is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further information.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    Pneumatic Plastic Media Recovery System Updates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide parts and installation for updates to the Pneumatic Plastic Media Recovery System at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement involves the purchase and installation of a new plastic media blasting booth, connecting the system to base power, conducting system start-up checks, and providing operator training, all while ensuring compliance with industry standards and safety regulations. This project is critical for maintaining operational efficiency and safety standards within the facility, with a total small business set-aside and funding available through the National Guard and Reserve Equipment Account. Interested contractors must submit their quotes by September 23, 2024, with questions directed to Lori J. Jenkins at lori.jenkins.1@us.af.mil or by phone at 330-609-1041.
    Stand-alone Paint Booth and Mixing Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of a stand-alone paint booth and mixing booth at the Youngstown Air Reserve Station in Vienna, Ohio. The project includes the purchase of a custom Garmat down draft spray booth and a paint mixing room, designed to meet NFPA standards, with the contractor responsible for all labor, materials, permits, and safety measures. This acquisition is crucial for enhancing operational capabilities while ensuring compliance with safety and regulatory standards, with a contract timeline of 180 days post-award. Interested contractors must submit their quotes by the specified deadlines, and for further inquiries, they can contact Lori J. Jenkins at lori.jenkins.1@us.af.mil or call 330-609-1041.
    Z1DA--Project 550-24-202 Demolish Buildings 31, 32, 33, 34, 37, 38, 75, 81, and 83.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the demolition of multiple buildings (31, 32, 33, 34, 37, 38, 75, 81, and 83) at the VA Illiana Health Care System in Danville, Illinois. The project requires contractors to provide all necessary resources, including labor, materials, and equipment, while adhering to strict safety, environmental, and operational standards, particularly concerning hazardous materials like asbestos. This initiative is crucial for maintaining a safe healthcare environment and facilitating future upgrades to the facility. The budget for this project is estimated between $500,000 and $1,000,000, with a completion timeline of 100 calendar days post-Notice to Proceed. Interested bidders must submit their proposals by September 11, 2024, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Notice of Intent to Sole Source - DSCC RI Field Work
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Louisville District, intends to award a sole source contract modification to Jacobs, Inc. for Remedial Investigation work at the Defense Supply Center Columbus (DSCC) in Ohio. This procurement is aimed at completing environmental sampling at four additional sites as part of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) process, following a request from the Ohio Environmental Protection Agency. The opportunity is significant for ensuring compliance with environmental regulations and addressing contamination issues at the site. Interested parties may submit capability statements or proposals for consideration, but must do so within 14 days of the notice, and should direct inquiries to Kari Rogers at kari.a.rogers@usace.army.mil.