183 CES Demolish Buildings 12 & 13
ID: W50S7U-25-B-A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 183SPRINGFIELD, IL, 62707-5003, 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, specifically the Army National Guard, is soliciting bids for the demolition of Buildings 12 and 13 at the 183rd Wing in Springfield, Illinois. The project requires contractors to safely remove the buildings and associated utilities, including the abatement of asbestos and dismantling of electrical systems, while adhering to environmental regulations and safety standards. This opportunity is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of up to 180 days from the notice to proceed. Interested bidders must submit sealed bids and comply with all solicitation requirements, with further details available through the primary contacts, Alicia C. Braun and Amanda Brenizer, at the provided email addresses and phone numbers.

    Files
    Title
    Posted
    The document outlines a Consent for Background Check required for individuals seeking unescorted access to federal installations, specifically the 183d FW in Springfield, Illinois. It details the legal authority under which the background checks are conducted, emphasizing the importance of screening for security purposes. The consent form explains that individuals must voluntarily provide accurate personal information, as failure to comply may result in denial of access or legal consequences. The document consists of several sections, including a privacy act statement, the rights of individuals to review reports, and the types of checks that may be performed, which include state and national criminal history checks. Additionally, it requires personal identification details, employee certification, and endorsements from security forces regarding background check completions. This summary highlights the federal government's commitment to security and compliance in permitting access to military installations, aligned with broader RFP and grant processes that prioritize risk management and background security checks for contractors and employees interacting with critical government infrastructure.
    The document outlines the Scope of Work (SOW) for the demolition of Buildings 12 and 13 at the 183rd Wing of the Illinois Air National Guard Base. The primary objective is to safely remove these buildings, including all associated utilities, while complying with all relevant regulations. The contract is a Firm Fixed Price agreement, specifying a performance period of up to 180 days. Key tasks include abating identified asbestos, dismantling electrical systems, and demolishing various utilities associated with the buildings. Contractors are responsible for providing all necessary materials and labor while ensuring adherence to established quality control measures. The document emphasizes environmental protection compliance, necessitating special care in hazardous material management and waste disposal. Specific guidelines for safety, project coordination, and cleanup processes are also detailed. The contractor must submit a comprehensive work schedule and ensure coordination with ongoing operations at the site. Post-construction, all disturbed areas must be restored, and proper documentation of all materials used and recycled is required. The detailed framework and extensive guidelines underscore the government’s focus on safety, environmental responsibility, and regulatory compliance in public works projects.
    The document outlines a federal solicitation for the demolition of Buildings 12 and 13 at a site in Springfield, IL. It is designated as a 100% small business set-aside, with eligible bidders’ average annual receipts not exceeding $19 million over the past three years. The project value is estimated between $250,000 and $500,000, with a performance period of 180 days from the notice to proceed. Sealed bids are required, and they must adhere to specified guidelines, including submission timelines and required performance and payment bonds. A pre-bid conference will be held, and all related information will be available on the SAM website. Importantly, contract awards will only be made once funding becomes available, as this project is on the National Guard Priority List. Winning bids will be assessed based on compliance with solicitation requirements, focusing on price and price-related factors. The document emphasizes the government's structured bidding procedures and requirements for potential contractors.
    Lifecycle
    Title
    Type
    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.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving utilities servicing a credit union and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value ranges between $1 million and $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further information.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. The project aims to ensure the structural integrity and historical preservation of these significant buildings, with an estimated cost between $100,000 and $250,000, and a completion timeline of 120 calendar days post-award. This procurement is part of a broader initiative to maintain federal infrastructure while adhering to labor regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including relevant experience, by the specified deadline. For further inquiries, contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
    Renovation of Bldg 309 for Operations and Training
    Buyer not available
    The Department of Defense, specifically the West Virginia National Guard, is seeking bids from small businesses for the renovation of Building 309 located in Martinsburg, West Virginia. This project involves approximately 29,109 square feet of renovations aimed at relocating headquarters functions, which includes upgrading critical systems such as electrical, HVAC, and fire protection, as well as creating secure briefing spaces that comply with ICD 705 requirements. The contract is expected to last 550 days following the Notice to Proceed, with an estimated budget between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM) and adhere to submission deadlines, with the solicitation anticipated to be issued around March 6, 2025, a pre-bid conference on May 6, and bid opening on June 3. For further inquiries, contractors can contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including the management of hazardous materials and adherence to environmental safety standards, with an estimated construction cost between $10 million and $25 million. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with federal regulations, particularly concerning worker safety and environmental protections. Interested contractors must submit their sealed bids electronically by March 4, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    Clocktower 1st Floor EOC Remodel
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Rock Island office, is seeking bids for the remodeling of the 1st Floor Emergency Operations Center (EOC) at Rock Island, Illinois. The project aims to transform the existing layout into a state-of-the-art facility that enhances emergency preparedness and response capabilities while maintaining district functionality during non-emergency periods. This construction project, estimated to range between $5,000,000 and $10,000,000, involves significant updates to HVAC, electrical, and plumbing systems, as well as the reconfiguration of restroom facilities to meet modern standards. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the anticipated solicitation release in mid to late February to early March, and can contact Joe Porter or Jeffrey R. Voss for further information.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. The awarded contracts will facilitate essential construction services that support infrastructure development and maintenance in the region. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378, or contact Samantha Stiles at samantha.l.stiles@usace.army.mil or 304-399-5705 for further details.
    Refuse and Recycling Services for IL177 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple Army Reserve facilities in Illinois under Contract IL177. The procurement encompasses comprehensive waste management operations, including the collection, transportation, and processing of refuse and recycling materials, with a total contract value of up to $47 million and a performance period starting April 1, 2025, and extending through March 31, 2026, with options for additional years. This initiative is crucial for maintaining environmental standards and compliance with federal regulations, emphasizing participation from small businesses, particularly Women-Owned Small Businesses (WOSB). Interested parties should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with the outlined requirements and deadlines.