BPA for Asbestos and Mold Testing
ID: W519TC24Q2428Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Environmental Consulting Services (541620)

PSC

Q533

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Army Contracting Command for asbestos and mold testing services. The solicitation number W519TC24Q2428 is due on September 10, 2024, and aims to engage AHERA-accredited building inspectors for the inspection of suspected asbestos-containing materials (ACM). Inspections will follow the protocols specified in EPA regulations, including sampling, documentation reviews, and laboratory analysis of samples. The contract will be awarded as a Blanket Purchase Agreement (BPA) from September 16, 2024, to September 15, 2025, with no guaranteed minimum services, activating only upon authorized requests. Key requirements include proper licensing from Oklahoma environmental authorities and adherence to specified sampling and testing protocols. Proposals will be evaluated primarily based on price, with emphasis on responsible and technically sound submissions. The document further specifies terms regarding electronic invoicing via the Wide Area Workflow (WAWF) and various compliance and reporting requirements. This initiative reflects the government's commitment to hazard identification and remediation, crucial for ensuring safety and compliance with environmental regulations.
    This document is an amendment to a solicitation, specifically identified as W519TC24Q2428, issued by the Army Contracting Command - Rock Island. The primary purpose of this amendment is to extend the deadline for receiving offers from September 10, 2024, at 3:00 PM to September 23, 2024, at the same time. It outlines the procedures for bidders to acknowledge the receipt of this amendment, stating that failure to do so may lead to the rejection of their offers. The amendment retains all existing terms and conditions of the original solicitation unless otherwise specified. The document is structured methodically, with clear headings and sections that track the necessary administrative information, including dates, signatures, and contact details of the contracting officer. This extension provides potential contractors additional time to prepare their proposals, which is essential in the context of federal requests for proposals (RFPs) and grants, allowing for broader participation and more comprehensive submissions from bidders. Overall, the amendment ensures transparency and fairness in the procurement process by formally communicating changes to the solicitation timeline.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA(s) for Analytical Lab Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking proposals for Blanket Purchase Agreements (BPAs) for Analytical Lab Services to support environmental restoration initiatives. The procurement aims to secure analytical services for chemical analysis, toxicity testing, microbiological assessments, and other environmental testing across various matrices, primarily from Formerly Used Defense Sites (FUDS). These services are crucial for obtaining legally defensible environmental data and ensuring compliance with stringent quality standards, including ISO/IEC 17025:2017 certification. Interested vendors must submit their proposals electronically by September 16, 2024, with a total contract value capped at $450,000 over five years. For further inquiries, potential bidders can contact Robert E. Tamisiea at robert.e.tamisiea@usace.army.mil or Christopher Kueffer at christopher.r.kueffer@usace.army.mil.
    Asbestos Abatement IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on asbestos abatement and environmental testing services at Seymour Johnson Air Force Base in North Carolina. The contract, valued at approximately $25 million, aims to address the management of hazardous materials, including asbestos, lead paint, and heavy metals, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and public health at the base, with a strong emphasis on supporting women-owned small businesses in government contracting. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Kelly Coddington or Aaron VanVynckt via the provided contact details.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    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.
    589A5-24-110 REMEIDATE MOLD, BLDG 5 TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a federal contract aimed at remediating mold in Building 5 at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves critical tasks such as removing and replacing duct insulation, cleaning HVAC systems, and executing general construction activities associated with mold remediation, all while adhering to stringent safety and compliance standards. This initiative underscores the government's commitment to maintaining safe and healthy environments within VA facilities, ensuring the well-being of veterans. Proposals are due by September 20, 2024, with a project completion timeline of 30 days post-notice to proceed; interested contractors must contact Timothy Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems (Snorkel Vent Tubes) on behalf of the Walter Reed Army Institute of Research (WRAIR) located in Silver Spring, MD. This procurement is specifically set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for laboratory environments, ensuring proper ventilation and safety during research activities. Interested vendors must submit their proposals by August 29, 2024, at 11:00 AM EDT, and any questions regarding the solicitation should be directed to Rebecca Wisner at rebecca.c.wisner.civ@health.mil by August 14, 2024, at 11:00 AM EDT.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five detention shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement emphasizes the importance of engaging Indian Economic Enterprises, with a 100% set-aside for such businesses, and mandates adherence to federal labor regulations, including wage determinations. Interested parties must submit their all-inclusive quotes by September 20, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    Pre-/Post- Decontamination Inspection Procedure Development
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the development of pre-/post-decontamination inspection procedures for the Joint Biological Agent Decontamination System (JBADS) used in aircraft maintenance. The objective is to create a comprehensive checklist that will guide maintenance actions, including removals, replacements, and repairs, ensuring compliance with airworthiness standards amid challenges such as heat and humidity during decontamination processes. This initiative is crucial for maintaining safety and operational readiness in military aircraft, particularly for C-130 aircraft, and will involve detailed inspections categorized by aircraft type. Proposals are due by September 16, 2024, at 5:30 PM ET, and interested parties can contact Claire Choi at claire.k.choi.civ@army.mil or Andrew Richard at andrew.j.richard12.civ@army.mil for further information.
    Airbeam Extreme Whether Tent and Liner
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking vendors to provide Airbeam Extreme Weather Tents and Liners under a total small business set-aside contract. The procurement requires two units each of specific extreme weather liners and airbeam shelters that must meet stringent specifications regarding insulation, flammability, and military standards. This equipment is critical for military logistics and operational readiness, ensuring that personnel are adequately protected in extreme weather conditions. Interested vendors must submit their quotes by September 18, 2024, at 3:00 PM Central Daylight Time, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.