ASBESTOS ABATEMENT REMOVAL SERVICE
ID: N0017425Q1017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified contractors to provide asbestos abatement removal services at Building 763 in Indian Head, Maryland. The project involves the removal of approximately 900 linear feet of asbestos-containing pipe insulation, requiring trained and licensed professionals to ensure compliance with safety regulations and proper waste disposal, along with third-party air monitoring. This initiative is crucial for maintaining safe work environments by eliminating hazardous materials, and the contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation. Interested vendors must submit their quotes by June 12, 2025, and are encouraged to attend a pre-quotation site visit on June 2 or 3, 2025. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or call 301-744-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the NSWC Indian Head Division, issued on April 29, 2025, for supplies and services, due by May 20, 2025. It emphasizes that this RFQ is not an order and does not commit the government to financial obligations regarding submissions. The RFQ is not designated as a small business set-aside, indicating it is open to a broader range of vendors. The request includes a call for detailed quotations outlining quantities, pricing, and delivery, alongside a section for potential discounts for prompt payment. Participants are instructed to return the form whether they can submit a quote or not. The RFQ includes standard informational blocks such as contact details, delivery specifications, and an authorized signature area. This structured request serves to gather competitive pricing and information for upcoming procurement needs.
    The document is a Request for Quotation (RFQ) for asbestos removal services at Building 763 of the Naval Surface Warfare Center in Indian Head, Maryland. It outlines the project's requirements, including the removal of approximately 900 linear feet of asbestos-containing pipe insulation, ensuring waste disposal, and third-party air monitoring. The contractor must provide trained and licensed personnel and comply with specified delivery schedules and safety regulations. Quotations must be submitted to the designated issuing office by a specified date. The RFQ emphasizes that it is not an order and does not guarantee payment for any costs incurred during the proposal process. A pre-quotation site visit is encouraged for bidders to assess the work conditions, with specified dates for coordination. The document also includes contractual obligations, payment submission procedures through the Wide Area Workflow (WAWF), and various Federal Acquisition Regulation (FAR) clauses relevant to the contract. This RFQ reflects the government's procedural adherence to regulations while seeking qualified contractors for hazardous material abatement, highlighting both safety and compliance concerns.
    This document serves as an amendment to a federal solicitation regarding the removal of asbestos from Building 763 at the Naval Surface Warfare Center (NSWC) Indian Head Division. The amendment extends the response due date to June 12, 2025, and specifies the scope of work required, including the removal of approximately 900 linear feet of asbestos-containing pipe insulation. Key modifications include encouraging site visits for contractors to prepare proposals, with scheduled dates provided for access. The contractor must ensure all waste disposal is compliant and have licensed personnel conduct the abatement. Additionally, the document outlines reporting requirements, delivery schedules, and the necessity of 3rd party air monitoring to ensure safety during the project. It underscores the importance of communication between the contractor and the contracting officer regarding any schedule adjustments and highlights the significance of addressing conflicts in contract documents. Overall, this solicitation amendment reflects the federal government's efforts to adhere to safety standards while addressing hazardous materials in their facilities.
    The document outlines a request for proposals (RFP) for asbestos removal services at Building 763, managed by the Equipment Repair and Maintenance Branch M32 at the Naval Surface Warfare Center in Indian Head, Maryland. The contractor is tasked with removing approximately 900 linear feet of asbestos-containing pipe insulation, primarily located over 20 feet high, while ensuring proper waste disposal and conducting third-party air monitoring. Contractors must have trained and licensed asbestos abatement professionals. Potential contractors are encouraged to conduct a site visit to prepare accurate proposals, with scheduled visits available on June 2 and 3, 2025. All deliverables will require approval from the Technical Point of Contact and Contracting Officer, who also oversee reporting and shipping responsibilities. The contractor must notify relevant parties 30 days in advance if unable to meet delivery timelines. The RFP emphasizes compliance with documented requirements while ensuring proper communication and dispute resolution protocols. This initiative underscores the government's commitment to maintaining safe work environments by eliminating hazardous materials.
    The document outlines the Request for Proposal (RFP) for asbestos removal services at Building 763, managed by the Equipment Repair and Maintenance Branch, M32. It details the scope of work, stipulating that the contractor is responsible for the safe removal of asbestos from the piping within this facility. The RFP emphasizes the requirement for timely service delivery, with the contractor expected to notify the Contracting Officer 30 days in advance of any anticipated delays. Furthermore, any nonconformity in services must be communicated within one working day, with the contractor required to rectify issues within two weeks of the work commencement. Shipping responsibilities fall to the contractor as well. Deliverables will be approved by designated officials, ensuring compliance with the specified requirements. This RFP underscores the government's commitment to adhering to safety regulations by seeking specialized services for hazardous material abatement, aiming to provide a safe environment within the facility.
    The SECNAV 5512/1 form is a registration document mandated by the Department of the Navy (DoN) for individuals seeking access to Department of Defense (DoD) installations. It is governed by several authorities, including various DoD Directives and the Privacy Act, and aims to control physical access to secure areas within these installations. The form is used to collect personal information (e.g., name, documentation of identity, citizenship, physical characteristics) as part of the identity proofing process, essential for determining eligibility for access. Individuals must present two forms of identity documents and may be subjected to background checks, including queries to the National Crime Information Center (NCIC) for criminal history. The completion of the registration is voluntary, but failure to provide accurate data can result in denied access. The document also includes instructions for applicants and details concerning the penalties for providing false information. The Base Commanding Officer retains final authority over granting access based on the vetting results. The overall goal is to protect national security by ensuring only qualified personnel can enter DoD facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 for further details.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    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.
    Asbestos Removal GIMC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for asbestos removal services at the Gallup Indian Medical Center (GIMC) in Gallup, New Mexico. The project, titled "General Surgery, OR-5 (2S85) and OR Sterilizer (4S71) Asbestos Removal," involves the safe removal of asbestos-containing floor tiles and mastic from designated operating and sterilizer rooms, with a performance period of 30 days from the Notice to Proceed. This procurement is crucial for ensuring a safe healthcare environment, adhering to all applicable federal, state, and local regulations regarding asbestos removal. Interested small businesses must submit questions by December 23, 2025, at 12:00 p.m. MDT, and can contact Melissa Lake at melissa.lake@ihs.gov or 505-930-1975 for further information.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of pipe, hose, and tubing, categorized under PSC/FSC Codes 4710, 4720, and 4730. Interested vendors must demonstrate their capabilities by providing documentation, a price list, and at least three past performance references, which will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of standard commercial supplies and services at competitive prices, supporting various defense operations. Interested small businesses must submit their documentation to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with the BPAs expected to be issued on a six-month rotation through June 2029.
    HX: 4.00 Inch SCH 120 Pipe
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotations for the procurement of 960 linear inches of 4-inch SCH 120 metallic pipe, as part of a total small business set-aside initiative. This procurement is critical for various construction and maintenance projects within the shipyard, emphasizing the need for high-quality materials that meet specific technical and quality standards, including Non-Destructive Testing procedures. Interested vendors must submit their quotations by January 1, 2026, at 8:00 AM ET, via email to the primary contact, Sarashea Thibodeau, and must be registered in SAM.gov. The evaluation will be based on the Lowest Price Technically Acceptable criteria, considering factors such as technical capability, delivery schedule, price, and past performance.