[MATOC] ITEM 0001: DEMO STORM DAMAGED GOLF EQUIPMENT STORAGE, B1357, B1358 OSAN AB ITEM 0002: INSTALL SECURITY FENCE SURROUNDING AIR TRAFFIC CONTROL ANTENNA BY B363, OSAN AB
ID: W90VN625RA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Multiple Award Task Order Contract (MATOC) to address two key projects at Osan Air Base in South Korea: the demolition of storm-damaged golf equipment storage facilities (Buildings B1357 and B1358) and the installation of a security fence surrounding the air traffic control antenna at Building B363. The procurement requires contractors to comply with various safety, environmental, and operational protocols, including asbestos abatement and adherence to military training schedules, ensuring that all work is conducted in a secure and compliant manner. This initiative is crucial for maintaining the integrity and safety of military infrastructure, with a performance timeline of 210 days for the demolition and 150 days for the fence installation following the notice to proceed. Interested contractors must submit their proposals by 1300 hours on the closing date via email, and they are encouraged to attend a site visit to better understand the project requirements. For further inquiries, contact SSG Stephen Chung at stephen.s.chung.mil@army.mil or Mr. Anthony Mosley at anthony.s.mosley.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Level I Data Report issued by SGS Korea for a bulk analysis of asbestos samples requested by the U.S. Air Force at Osan. The report confirms compliance with contract terms and highlights its contents, including a cover page, case narrative, and sample results. The analysis focused on an asbestos sample collected from building B1358, revealing a 15% concentration of Chrysotile asbestos in the tested material. The report emphasizes that all findings reflect the analysis done as per the required methodologies and quality controls, adhering to the Korea Ministry of Environment and U.S. Environmental Protection Agency standards. Furthermore, it outlines the limitations of liability for the results and the necessity for full document reproduction approval by the issuing company. The report serves to ensure legal and procedural compliance in addressing asbestos-related health and environmental risks, crucial for regulatory adherence and safe management of materials in government and military facilities.
    The document outlines specifications related to a structure with a 13-foot high wall and includes a reference to a floor plan labeled B1358. It suggests that the information pertains to an older version of the layout description. Although the details are limited, the context suggests a connection to governmental projects or proposals that may require updates or renovations based on existing architectural elements. This could play a role in federal or local requests for proposals (RFPs) or grant applications, highlighting the importance of accurate project descriptions in building assessments or renovations. The primary focus appears to center on structural attributes and their implications for potential funding or project development processes.
    This document outlines the Contractor’s Tax Exemption Declaration and is part of federal contracting processes, emphasizing compliance with regulations regarding price determination and tax applicability. It incorporates the Certificate of Independent Price Determination, requiring offerors to confirm that their pricing is independently determined and affirm no collusion or attempts to restrict competition have occurred. The contractor must identify tax types typically applicable to their proposal but excluded from pricing, specifically noting Customs Tax, Special Excise Tax, Value Added Tax (VAT), and Education Tax. The declaration necessitates detailed projections of taxes on various items associated with the contract, including materials, transportation, and services. Additionally, the contractor must certify that all submissions are exclusive of the aforementioned taxes unless specified otherwise. The comprehensive nature of this form ensures transparency and compliance with both U.S. regulations and applicable foreign laws, essential for the accountability and integrity of federal contracting.
    The document outlines the demolition plans for storm-damaged golf equipment storage at project locations B1357 and B1358. It includes detailed drawings and specifications regarding demolition boundaries, utility management, and communication systems. Key activities involve the removal and disconnection of obsolete communication and electrical systems, including an abandoned CATV pole. The document indicates that additional information will be provided during the pre-construction meeting by the 51 CES/CEO, which will inform contractors on the removal of specific utility lines and their capping processes. This procedural framework is essential for ensuring compliance and safety during the demolition process, reflecting the project's alignment with federal regulations for infrastructure maintenance and upgrades.
    The document outlines the specifications for the demolition of storm-damaged golf equipment storage facilities (B1357 and B1358) at Osan Air Base, under the task order SMYU 25-1061. The project, managed by the 51st Civil Engineer Squadron, requires contractors to provide all necessary labor and equipment while adhering to the specified guidelines. Key elements include demolition of the buildings, asbestos abatement, utility disconnections, and environmental protections, including proper waste disposal per Korean and military standards. The timeline allows for a 210-day performance period post-notice to proceed, with specific phases for mobilization and construction. Contractors must ensure safety measures, including compliance with security protocols, environmental requirements, and diligent waste management practices. The project aims to reclaim the site while minimizing disruption to military operations, reflecting adherence to federal contracting regulations and environmental stewardship.
    The document outlines the specifications for a government project (SMYU 25-1061) focused on demolishing storm-damaged golf equipment storage facilities (Buildings 1357 and 1358) at Osan Air Base. The contractor is required to perform comprehensive demolition tasks, including excavation, hazard mitigation (notably asbestos abatement), and ensuring site safety through temporary supports and fencing. The scope includes removing various infrastructure elements and preparing the site for future use. Key project details include compliance with environmental and construction standards, coordination with environmental offices, and a structured demolition schedule. The project has a specified timeline of 210 days post-notice to proceed, including provisions for military training events that may interrupt access. The contractor must adhere to multiple regulations covering security, environmental protection, and waste disposal. Also highlighted are the requirements for reporting, site management, and the necessity of maintaining clear communication with the Contracting Officer Representative (COR). This project exemplifies adherence to government protocols in defense-related infrastructure management, ensuring safety and regulatory compliance throughout the process.
    The file outlines preconstruction submittals and requirements for the project "SMYU 25-1061_DEMO STORM DAMAGED GOLF EQUIPMENT STORAGE," detailing various necessary documents and plans. Key elements include preliminary and initial project schedules, safety plans, quality control plans, environmental protection plans, and operational documentation such as maintenance manuals, warranty tags, and compliance certificates. The submission register indicates specific sections for documentation, emphasizing safety through plans like the Accident Prevention Plan and Crane Critical Lift Plan. The structure is systematic, categorizing submissions under preconstruction submittals, certificates, product data, and test reports, each with designated specifications and requirements. The purpose of this document is to ensure compliance with governmental standards for RFPs and grants as related to construction projects, promoting safety, quality control, and proper documentation management throughout the construction process. The organized framework in this file highlights important timelines and approvals necessary for effective project execution, fundamental for navigating federal and local contracting processes.
    The document outlines a Contractor's Tax Exemption Declaration related to a federal Request for Proposal (RFP). It includes a clause (FAR 52.203-2) that certifies the independent determination of pricing by the offeror, emphasizing that the bid prices have not been influenced by communication with other offerors to maintain competitive integrity. The contractor is required to disclose excluded taxes, including Customs Tax, Special Excise Tax, Value Added Tax (VAT), and Education Tax, along with specifics such as items, units, costs, and tax amounts. It also mandates a signature confirming that all listed items and services in the proposal are exclusive of taxes. The declaration serves to confirm compliance with relevant ROK laws and US agreements, ensuring that federal procurement processes are followed transparently and legally, especially concerning fiscal obligations associated with international contracts. The overall objective is to uphold fair competition while addressing tax obligations in federal contract bids.
    The document outlines the plans for the installation of a security fence surrounding air traffic control antennas at Osan Air Force Base, South Korea, identified as Project No. SMYU 25-1048. It includes several key components, such as environmental coordination guidelines concerning asbestos. Specifically, it indicates whether the facility contains asbestos and who is responsible for its abatement. The document is structured with a cover sheet and detailed site plans across four sheets, showing existing utility systems and communication systems in relation to the fencing project. The design and management of the project involve various departments, highlighting a collaborative approach for ensuring safety, security, and compliance with relevant regulations. Overall, this initiative demonstrates the Air Force's commitment to maintaining operational security and safety in its infrastructure.
    The document outlines the specifications for a project to install a security fence surrounding the air traffic control antenna at Building B363, executed by the 51st Civil Engineer Squadron. The contractor is responsible for labor, materials, equipment, and adherence to safety and security protocols. The project scope includes clearing, grading, and installing a 2.4-meter high chain-link fence, along with pedestrian and vehicle gates. Grounding specifications and coordination with existing utility lines are critical aspects of the construction plan. The timeline indicates a performance period of 150 days post-NTP issuance, with specific work hours and the potential for disruptions due to military training events. Submittals for project plans and any required permits must be timely and comply with environmental regulations regarding waste management and hazardous materials. Security requirements dictate background checks for personnel and adherence to sensitive operational procedures. Overall, this project illustrates government efforts to enhance infrastructure security and compliance with military standards while stipulating rigorous standards for contractor engagement in federally funded projects.
    The document outlines the submittal register for a construction project focused on installing a security fence around the air traffic control antenna at Osan Air Base. It serves as a comprehensive guide detailing various preconstruction and shop drawing submissions required throughout the project's duration. Key items include the preliminary and initial project schedules, safety plans, environmental protection strategies, and waste management protocols. Each submission is categorized along with specific sections of the specification document, emphasizing their significance in ensuring compliance with government regulations and standards. The record highlights the project's structured approach to managing documentation, promoting safety and environmental considerations while ensuring timely project delivery. Overall, this submittal register is designed to facilitate communication and coordination among stakeholders, including contractors and government authorities, as they work towards the successful completion of the project.
    The document addresses a specific inquiry related to Solicitation W90VN625RA012 for the removal of golf equipment storage at locations B1357 and B1358. Concerns were raised about the structural integrity of the collapsed ceiling at B1357, which poses safety risks during asbestos abatement and the removal of golf carts. The response clarifies that while there is a collapsed area, it does not interfere with the asbestos abatement zone, allowing removal to proceed independently. The contractor is instructed to implement temporary roof supports during demolition and salvage operations to ensure safety. However, additional lifting work beyond temporary reinforcement is considered unnecessary. Thus, the overall approach prioritizes safety without incurring excessive costs for additional structural support, focusing on securing the area around salvageable items during the operation. This response highlights the essential balance between safety measures and cost management in federal solicitations for hazardous material handling.
    This document outlines a government solicitation for construction services at Osan Air Base. It includes requests for proposals (RFPs) for two main projects: demolishing storm-damaged golf equipment storage structures and installing a security fence around air traffic control antennas. Sealed bids are invited from a list of pre-approved contractors under a Multiple Award Task Order Contract (MATOC). The contractor must start work within ten days of award and complete it by specified deadlines. The proposal submission includes technical and pricing data, with emphasis on compliance with various regulations and clauses, including prohibitions on funds to enemy entities and trafficking in persons. The solicitation mandates a site visit and detailed breakdown of costs to ensure transparency and accountability. Adherence to tax regulations, including potential exemptions, is required. The bidding process emphasizes an evaluation based on design understanding and pricing reasonableness, ultimately awarding the contract to the responsible, compliant bidder who meets the lowest evaluated price criteria. This RFP framework reflects standard practices in federal contracting, ensuring legal and regulatory obligations are upheld in government projects.
    The document is a solicitation for construction work at Osan Air Base, encompassing the demolition of storm-damaged golf equipment storage and the installation of a security fence around an air traffic control antenna. The solicitation specifies compliance with various requirements, including a site visit for offerors, the submission of proposals via email, and details on the performance period, which includes starting work within 10 days of award and completing tasks in 210 and 150 calendar days respectively for each item. The request is intended for specific contractors only, and proposals must be clearly separated for each item. Offerors are required to include their pricing proposals, design data, and detailed offer breakdown. Provisions on compliance with various federal regulations, anti-trafficking policies, and anti-terrorism measures are included, ensuring that contractors uphold ethical practices. The evaluation criteria for selecting the contractor stress the importance of complete and reasonable pricing, compliance with technical requirements, and adherence to tax regulations. The overall aim is to award the contract to the most responsible offeror who meets the solicitation prices and requirements.
    The document outlines an amendment to a solicitation for a Multiple Award Task Order Contract (MATOC) specifically targeting set contractors. It confirms that the deadline for offer submissions has been extended, detailing protocols for acknowledging the amendment. Essential changes include the addition of revised statements of work (SOW) related to projects at Osan Air Base, focusing on the demolition of storm-damaged equipment storage and the installation of a security fence around air traffic control facilities. Document attachments have been updated, introducing new and modified contract documents, while the display order for existing files has also changed. The amendment retains all existing terms and conditions, emphasizing compliance and prompt acknowledgment by contractors to avoid rejection of offers. The restructuring aims to detail the requirements for prospective contractors while ensuring all involved parties are aware of the revisions and updates in documentation.
    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 B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Korean Elevator Maintenance/Repair.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Korean Elevator Maintenance and Repair services at Kunsan Air Base, Korea. The procurement aims to ensure the operational readiness and safety of elevator systems through comprehensive maintenance and repair services, as outlined in the attached Performance Work Statement (PWS). These services are critical for maintaining essential infrastructure and supporting the daily operations of the base. Interested contractors can reach out to D Estes at d.s.estes.civ@army.mil or call 315-755-9314 for further details regarding the solicitation process.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding this procurement.
    Multi Equipment Maintenance Services for 403rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    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.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.