30 CES Demolition Services for Buildings 886, 887, and 888
ID: FA461025Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, 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, through the Department of the Air Force, is seeking qualified contractors to provide demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The project, valued at approximately $19 million, requires the contractor to manage all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, while adhering to strict federal and state regulations. This procurement is part of the government's commitment to maintaining safe and compliant facilities, with a total small business set-aside to encourage participation from small businesses. Interested contractors must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for the demolition of buildings 886, 887, and 888 at Vandenberg Space Force Base, California. The contractor is responsible for providing all necessary labor, materials, and equipment to safely demolish the structures, including their interior and exterior components, and dispose of any hazardous materials like asbestos and lead-based paint. Key tasks include removing sidewalks and vegetation, capping utilities, and restoring the site with appropriate backfilling and re-vegetation to meet environmental standards. The document emphasizes compliance with federal and state regulations, safety protocols, and environmental protections, particularly concerning scheduling demolition during the non-nesting bird season. It outlines necessary approvals and coordination with various Air Force entities before work commencement, including submission of project plans and the AF Form 103. Regular reporting, including progress schedules and monthly reports, is required for ongoing communication with the Air Force Project Manager. Ultimately, the PWS serves as a comprehensive directive for contractors to follow, ensuring adherence to strict operational standards and environmental responsibilities throughout the demolition process.
    The document appears to be heavily corrupted and unreadable, presenting significant challenges in extracting coherent content. However, it seems to be associated with government Requests for Proposals (RFPs), federal grants, and potential projects at the state or local level. Typically, such documents outline project objectives, qualifications for bid submissions, and funding opportunities. In general terms, the purpose of these RFPs and grant announcements is to solicit proposals from businesses or organizations interested in providing goods or services aligned with government initiatives. Key aspects often include eligibility requirements, funding terms, expected deliverables, timelines, and evaluation criteria. The structure likely includes sections for project descriptions, submission guidelines, and evaluation criteria, although the corrupted content impedes specific details. The overarching goal emphasized by these documents is to foster collaboration between government entities and private organizations to accomplish community development, infrastructural improvement, or public service initiatives. In conclusion, while the corrupted nature of the material significantly limits the ability to summarize specific details, the primary purpose relates to facilitating government procurement and grant allocation processes, an essential mechanism for implementation of public projects.
    The document serves as an addendum to the Federal Acquisition Regulation (FAR) pertaining to the evaluation of offers for commercial products and services. It outlines the criteria used by the government to assess proposals submitted in response to solicitations. The evaluation will consider three key factors: price, technical capability, and past performance, with technical capability and past performance weighing equally against cost. Offerors are required to submit a technical narrative not exceeding 20 pages, detailing their ability to meet the outlined Scope of Work. The document also specifies that upon mailing a written notice of award to the successful offeror, a binding contract is formed without further action needed unless a withdrawal notice is received beforehand. This addendum emphasizes the government's procurement procedures and criteria when awarding contracts, crucial for maintaining transparency and efficiency in federal government contracting processes.
    Acacia Environmental Management conducted a lead-based paint survey at Building 886 on Vandenberg Air Force Base on May 7, 1999. The survey involved collecting and analyzing seven paint samples. Five of these samples showed no detectable levels of lead, while one sample contained lead concentrations ranging from 50 to 999 mg/kg. A critical sample exhibited lead levels exceeding 1,000 mg/kg, categorizing it as hazardous waste under RCRA and California state regulations. The report indicates that compliance with OSHA regulations is necessary to protect employees from lead exposure. Attached to the report is an analytical summary detailing the lead presence in the samples and specifying further required analyses for residual debris prior to disposal. This document underscores the importance of adhering to environmental safety standards and regulations for hazardous materials management, vital for the safe maintenance of federal facilities.
    Acacia Environmental Management conducted a lead-based paint survey on May 7, 1999, at Building 887, Vandenburg Air Force Base. The survey revealed that five out of six paint samples contained lead concentrations exceeding 1,000 ppm, categorizing them as "hazardous" waste under RCRA guidelines. The single sample with a lower lead concentration showed 753 ppm, indicating the necessity for further characterization of any residual waste using TCLP and Cal. W.E.T. protocols. Compliance with OSHA regulations is mandated to protect employees from lead exposure. Attached to the report is an analytical summary detailing the lead levels across the sampled paints. This assessment underscores the importance of addressing hazardous materials for health and safety compliance in facilities managed by the federal government.
    The document outlines the general requirements for a demolition project at Vandenberg Air Force Base, California, specifically targeting Buildings 533, 541, 886, 887, and 888. It mandates that the contractor provide all necessary labor, materials, and equipment while ensuring that the unoccupied site does not interfere with base operations. Key operational guidelines include designated working hours, mandatory work stoppages, and security clearance protocols. The contractor is required to coordinate utility needs and adhere to safety requirements established by federal and Air Force regulations, including provisions for asbestos and lead paint exposure. Furthermore, detailed procedures for obtaining work clearance and compliance with GPS data collection specifications are outlined, emphasizing accuracy and regulatory adherence for environmental impacts. As-built drawings must be submitted upon project completion, and contractors must follow specified documentation standards. The overall aim is to facilitate a safe, compliant, and efficient demolition process that aligns with military operational standards and environmental regulations.
    The Women-Owned Small Business (WOSB) solicitation is intended to acquire demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base, valued at $19 million. The contractor is responsible for all aspects of the demolition, including labor and materials, under a firm fixed price agreement. Key sections outline solicitation details, including the contracting officer's contact information, offer due date (March 3, 2025), and the necessary representations and certifications required by the offeror to qualify as a small business concern. The contract stipulates adherence to various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with small business provisions and safety protocols during job execution. It includes instructions for submitting payment electronically and ensuring the health and safety of personnel on government installations. The solicitation promotes transparency and provides a comprehensive framework for interested contractors, reinforcing the government's commitment to fostering small businesses and adhering to contracting regulations. The detailed structure of the solicitation, which incorporates various compliance and procedural guidelines, reflects the rigorous procurement process in the context of federal contracting and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    30 OSS Airfield Window Cleaning & Janitorial Services
    Buyer not available
    The Department of Defense, through the United States Space Force, is soliciting proposals for window cleaning and janitorial services at Vandenberg Space Force Base in California. The procurement encompasses recurring window cleaning, dusting, stairwell cleaning, and carpet cleaning across multiple buildings, including the Air Traffic Control Tower, with services expected to commence on March 20, 2025, and last for one year. This initiative is crucial for maintaining operational readiness and safety at military facilities, while also promoting small business engagement, as the contract is set aside for small businesses under NAICS code 561720. Interested parties must submit their quotes by February 12, 2025, and direct any inquiries to Andrew Gabel or Aaron Morse via email.
    Asbestos, Carpet, and Furniture removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract involving asbestos, carpet, and furniture removal at Beale Air Force Base, under solicitation number FA468625Q0006. The project requires contractors to furnish all necessary supervision, labor, tools, and materials to remove existing carpet, install new carpet in designated areas, relocate and store furniture, and abate asbestos-containing materials in two identified rooms of Building 2419. This procurement is crucial for maintaining safety and compliance with federal regulations during facility updates, with a total contract value not exceeding $19 million. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 25, 2025, and are encouraged to attend a site visit scheduled for February 10, 2024, for further engagement and clarification on project requirements. For inquiries, contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil.
    Vandenberg Satellite TV Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Satellite Television (SATV) services at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive non-personal services, including the installation and maintenance of satellite dishes, cabling, and receivers to ensure high-quality broadcast services for military personnel, with a focus on delivering local and major news channels. This contract, valued at approximately $44 million, is set to run from March 2025 to July 2030, with proposals due by February 11, 2025. Interested parties, particularly women-owned small businesses, can direct inquiries to Vince Mills at vincente.mills.2@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    Design/Build – Convert B271 2nd Floor for Space Acquisition Mission, Los Angeles SFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) and the 772nd Enterprise Sourcing Squadron (ESS), is seeking qualified small businesses for a Design/Build project to renovate the 2nd floor of Building 271 at Los Angeles Space Force Base (SFB) to support the Space Acquisition Mission. The project requires firms experienced in multi-disciplinary renovation design and construction services, particularly those compliant with Intelligence Community Directive (ICD) / Intelligence Community Specification (ICS) 705 standards, and familiar with Department of Defense facility criteria related to secure area renovations. The anticipated contract value ranges from $25 million to $100 million, with an estimated performance period of 730 days, and interested contractors must respond by February 7, 2025, providing detailed qualifications and past performance documentation. For further inquiries, potential respondents can contact John P. Haring at john.haring@us.af.mil or Ashley Perez at ashley.perez.8@us.af.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) at Vandenberg Space Force Base, California. This procurement aims to establish multiple award construction contracts for a wide range of maintenance, repair, and new construction projects related to buildings and facilities at Vandenberg SFB and its remote locations, with a focus on compliance with local regulations and the 8(a) program participation for eligible contractors. The anticipated contract will consist of up to five contracts with a five-year base period and a two-year option, with proposals due following a pre-proposal conference scheduled for February 20, 2025. Interested firms must register in the System for Award Management (SAM) and can direct inquiries to Alyson R. Kolding or Jennifer Paccioretti via email or phone.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Los Angeles District, is seeking responses for the design-bid-build construction of the Air Education Training Command (AETC) Formal Training Unit at Vandenberg Space Force Base in California. The procurement includes specific brand-name requirements for a Fire Alarm Panel (Hochiki), HVAC Chillers (Trane), and an HVAC Controls System (Automated Logic), which are critical for ensuring the facility's operational efficiency and safety. This project is significant as it supports the training and operational readiness of the Air Force, with a planned solicitation release around the end of March 2025. Interested vendors must submit their capabilities statements by February 8, 2025, to Stanislav Sekacov at stanislav.y.sekacov@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Hood and Duct Cleaning Services at Vandenberg Space Force Base (VSFB) in California. This procurement, identified as Request for Quote Number FA461025Q0008, is aimed at ensuring compliance with National Fire Protection Association (NFPA) standards through systematic cleaning of commercial exhaust systems across multiple facilities. The contract will be a Firm Fixed Price (FFP) arrangement, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years, plus a potential six-month extension. Interested vendors must submit their quotes by February 24, 2025, and are encouraged to attend a site visit on February 11, 2025, to familiarize themselves with the locations involved. For further inquiries, contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil.
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves located in Building 1941 at Shaw Air Force Base in South Carolina. This procurement aims to secure a firm fixed price contract, estimated at $34 million, and is set aside for Women-Owned Small Businesses (WOSB) under the Requisition Number FA480325Q0014. The project emphasizes compliance with federal regulations regarding safety, environmental standards, and the proper handling of hazardous materials, ensuring that contractors meet specific representations and certifications. Interested bidders should contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further details and to confirm submission deadlines.
    Base Housing Demolition (Multiple Locations)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small business contractors for the demolition of fifty-seven base housing structures at Marine Corps Base Camp Lejeune in North Carolina. The project requires comprehensive demolition services, including the management of associated utilities and pavement, with an emphasis on regrading the sites to ensure positive drainage. This initiative underscores the government's commitment to small business participation in federal contracting, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by February 19, 2025, to Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil for consideration.