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
    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.
    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.
    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, specifically Snorkel Vent Tubes, intended for the Walter Reed Army Institute of Research (WRAIR) in Silver Spring, MD. This procurement is 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 maintaining air quality and safety in laboratory environments, underscoring their importance in supporting military health research. Interested vendors must submit their proposals by August 29, 2024, and direct any inquiries regarding the site visit to Rebecca Wisner at rebecca.c.wisner.civ@health.mil, with questions due by August 14, 2024.
    International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 Accreditation Renewal Assessment - Chemical Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center, is seeking proposals for the renewal assessment of laboratory accreditation in accordance with International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 standards for chemical testing. The procurement aims to establish a firm-fixed price contract through a full and open competition, focusing on the contractor's technical approach and relevant experience in conducting similar assessments. This accreditation is crucial for maintaining compliance and demonstrating technical competence in chemical testing, ensuring the laboratory meets international quality standards. Proposals must be submitted by September 25, 2024, with inquiries due by September 20, 2024. Interested parties should contact Jennifer Langrehr at jennifer.b.langrehr.civ@army.mil or Terrijuana P. Veals at terrijuana.p.veals.civ@army.mil for further information.
    Gypsum, Dead Burned Anhydrous Type
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Dead Burned Anhydrous Gypsum, a critical material used in various military applications. The requirement includes the supply of 18,000 pounds of gypsum, packaged in 50-pound bags, with a firm delivery date set for November 6, 2024, to the McAlester Army Ammunition Plant in Oklahoma. This procurement is part of the Army's commitment to ensuring quality materials for defense operations and is set aside for small businesses, particularly those owned by veterans, to promote fair competition. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by 10:00 AM on September 24, 2024, and ensure they are registered in the System for Award Management (SAM).
    Lead Based Paint Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct lead-based paint testing at various buildings scheduled for renovation at Columbus Air Force Base in Mississippi. The primary objective is to investigate the presence of lead-based paint on both interior and exterior painted surfaces, ensuring compliance with environmental regulations prior to construction activities. This testing is crucial for maintaining safety standards and regulatory compliance during renovation projects within federal facilities. Interested vendors must complete mandatory Controlled Unclassified Information (CUI) training and submit their proposals by September 20, 2024. For further inquiries, potential offerors can contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Carson Songy at carson.songy@us.af.mil.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for soil sampling services at Cannon Air Force Base in New Mexico, aimed at assessing PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be responsible for collecting soil samples to a depth of 15 feet at designated intervals, following EPA Method 1633, to determine the extent of contamination and ensure compliance with environmental safety standards. This procurement is critical for environmental remediation efforts associated with military operations, reflecting the government's commitment to managing hazardous materials responsibly. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.
    IDIQ for Abatement & Remediation Services
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.
    Calibration/Maintenance of Accelerated Solvent Extractors (ASE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, is seeking a qualified contractor to provide a full coverage service agreement for two Accelerated Solvent Extractors (ASE) to support the verification testing and development of the vector protective textiles program. The contractor will be responsible for preventative maintenance and corrective repairs on the ASE 350 models, ensuring they remain operational for accurate and repeatable extractions critical to the program's success. Interested parties must demonstrate expertise in laboratory instrumentation maintenance and repair, with responses due by 12:00 pm EST on September 20, 2024, directed to Chris Welsh via email at richard.c.welsh2.civ@army.mil. This opportunity is not a request for proposals, and no solicitation document will be available.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.