36 CES/CEN PMO Building 27003 Asbestos/Hazmat Testing
ID: FA524024Q3006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)

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 for asbestos and hazardous materials testing at Building 27003, Andersen Air Force Base in Guam. The procurement is a total small business set-aside and aims to conduct a thorough asbestos survey and hazmat testing in compliance with federal regulations, with a performance timeline not exceeding 45 days post-contract award. This initiative underscores the importance of environmental safety and compliance in federal projects, ensuring proper identification and management of hazardous materials. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to Coree Asprer at coree.asprer.1@us.af.mil or Tommyjay Taitano at tommyjay.taitano@us.af.mil.

    Files
    Title
    Posted
    The document outlines the responses to inquiries regarding a new federal contract for asbestos and hazardous material testing at the 36th Civil Engineering Squadron/CEN PMO Building 27003. It clarifies that this is a new contract requirement with no prior incumbent mentioned, and thus no previous contract number is provided. Additionally, the government specifies that accommodation for contractor employees, particularly those traveling from Seattle, is the responsibility of the offeror and not provided by the government. This emphasizes the importance of self-sufficiency in logistical arrangements for contractors involved in the project. The document serves as an essential guide for potential contractors by addressing critical logistical and operational aspects of the contract solicitation process.
    The Statement of Work outlines the requirements for asbestos and lead testing of Building 27003 at Andersen Air Force Base in Guam. The contractor is tasked with providing all necessary labor, equipment, and supervision to conduct a thorough National Emissions Standard for Hazardous Air Pollutants (NESHAP) asbestos survey. This includes reviewing existing records, documenting the presence of asbestos-containing materials (ACM), and performing hazard assessments. The project is set to be completed within 45 days post-contract award. Additionally, the contractor must ensure compliance with security protocols, traffic regulations, and other operational guidelines while on base. The document specifies the role of contractor personnel, outlining their responsibilities and required response times for communication. Liability for damages incurred due to negligence rests with the contractor, who is also obligated to return identification media upon employee departure. This comprehensive instruction emphasizes the importance of safety and regulatory compliance in hazardous material management, ensuring public health and environmental protection during the project's execution at a sensitive military facility. The project reflects the federal commitment to maintaining safe and healthy environments in government-owned structures.
    The document pertains to the federal government Request for Proposal (RFP) FA524024Q3002 for the debris removal project under the 554 RHS ICF initiative. It specifically outlines the requirement for conducting an asbestos survey and hazardous material testing in accordance with the accompanying Statement of Work (SOW). The RFP lists one Contract Line Item Number (CLIN) with a job description and a placeholder for quantity, unit price, and total cost, which remain unfilled. This summary serves to solicit bids from qualified contractors to ensure proper identification and management of hazardous materials before debris removal takes place. The focus on hazmat testing underscores the importance of environmental safety and compliance in federal projects, highlighting the need for contractor expertise in handling potentially dangerous materials.
    The document provides a comprehensive wage determination under the Service Contract Act, issued by the U.S. Department of Labor. It establishes a minimum wage rate of $17.20 per hour for covered workers effective January 30, 2022, subject to annual adjustments under Executive Order 14026. Various occupations across multiple sectors, such as administrative support, health care, and technical roles, are listed alongside their respective wage rates and required fringe benefits. Key provisions include mandated health and welfare benefits, including specific amounts per hour worked, along with vacation and holiday benefits. The document also outlines necessary procedures for introducing new classifications and wage rates for services not specifically listed. Finally, it highlights the allowances for uniform maintenance and differential pay for hazardous work. This wage determination is critical for compliance in government contracts, ensuring fair compensation for service workers engaged in federal contracts.
    The document FA524024Q3006 outlines the instructions for offerors participating in the asbestos/hazardous materials testing solicitation for Building 27003, issued by the 36th Civil Engineer Squadron/Contracting Office. It specifies the necessary criteria for submissions, including adherence to NAICS codes and small business size standards. Offerors are instructed to present offers in a formatted manner with essential details, including solicitation number, contact information, technical descriptions, pricing, and past performance information. Submission deadlines are strictly enforced, with guidelines on late submissions and their potential consideration during evaluation. A competitive bidding environment is emphasized, as well as the importance of submitting offers with the best possible terms. Offerors may propose alternative terms and multiple offers, which will be assessed individually. The document also highlights the procedures for post-award debriefings, ensuring transparency in the evaluation process. This solicitation aids in fostering compliance with federal contracting standards, targeting small businesses, and focusing on efficient execution of hazardous material assessments.
    The government document outlines the evaluation criteria for a contract related to asbestos and hazardous materials testing at Building 27003. The contract award will be based on factors including the capability of the offered services to meet the statement of work (SOW), past performance, and proposed pricing. An offeror's proposal must align with solicitation requirements, and any deficiencies will result in an unacceptable rating. Past performance will be assessed based on recent, relevant information within the last three years, emphasizing successful completion of similar projects. Pricing will be analyzed for fairness and reasonableness, with the possibility of a price realism assessment. Awarding the contract may occur through written notice before the proposal expiration unless formally withdrawn. Overall, the document serves as a guide for prospective contractors to understand submission requirements and evaluation processes within the context of federal contracting procedures.
    The document outlines the provisions and clauses related to the solicitation FA524024Q3006 for asbestos and hazardous material testing at Building 27003 pursuant to federal contracting regulations. It incorporates various Federal Acquisition Regulation (FAR) clauses, specifying compliance requirements for contractors, including prohibitions on certain agreements and services from specific entities, as well as ensuring ethical conduct and business practices. The document details necessary clauses related to small business regulations, labor standards, and contractor reporting obligations. Emphasis is placed on adherence to statutes and Executive Orders that protect labor rights, ensure equal opportunity, and mandate environmental considerations. Additionally, it stipulates the contractor's accountability in maintaining records for auditing purposes. This solicitation is significant for ensuring proper safety and regulatory measures in addressing asbestos and hazardous materials, reflecting government priorities for compliance and accountability in public contracts.
    The document titled "FA524024Q3006 – 36 CES/CEN PMO Building 27003 Asbestos/Hazmat Testing" serves as a Past Performance Fact Sheet intended for completion by offerors participating in a government request for proposal (RFP). It consists of structured sections for contractors to provide essential information about their prior performance on relevant contracts, including contractor identification, contract details, customer agency information, and responses from a designated representative. Key elements include original versus current schedules, changes in contract dollar value, descriptions of work performed, the relevance of the project, and whether the contract was competitively awarded. The document's format promotes a detailed assessment of contractors' past performances, aiding in the evaluation process for future contracts involving asbestos and hazardous materials testing. The completion of this sheet is vital for ensuring compliance with federal acquisition regulations and maintaining the integrity of source selection information.
    This document serves as a Request for Past Performance Evaluation related to the Government’s Request for Quotation No. FA524024Q3006 for Asbestos/Hazmat Testing at Andersen Air Force Base, Guam. It emphasizes the importance of past performance in contractor selection, requiring feedback from previous clients through a detailed questionnaire. The questionnaire covers essential aspects like contract identification, customer agency information, respondent details, and performance ratings. Contractors are encouraged to provide evaluations of their previous work, focusing on key performance indicators such as adherence to standards, proactive problem resolution, manpower sufficiency, schedule management, and customer service quality. Responses are to be submitted by September 13, 2024, to the designated government contacts, ensuring the contractor's candidacy receives fair consideration in the procurement process. This document exemplifies the procedural standards required in government RFPs, aiming to secure qualified contractors through robust assessment mechanisms based on documented past performance.
    The document outlines a combined synopsis/solicitation (FA524024Q3006) for commercial services related to asbestos survey and hazmat testing at Andersen Air Force Base in Guam. This procurement is a 100% Small Business set-aside under the NAICS code 541380. The contract aims to establish a firm-fixed-price agreement for services defined in the Statement of Work (SOW) dated August 2024, with a performance timeline not exceeding 45 days post-contract award. Potential contractors must register in the System for Award Management (SAM) to be eligible for the award. Key instructions and evaluation criteria for submitting quotes are provided, including mandatory deadlines for inquiries and quotations which are due by 6 and 13 September 2024, respectively. The process follows FAR Simplified Acquisition Procedures, with the aim of selecting the most advantageous offer for the government. The document includes several attachments necessary for offer submission, including a mandatory pricing sheet, wage determinations, and evaluation criteria, ensuring a structured approach to vendor assessment and compliance with federal guidelines. This initiative underscores the government's focus on engaging small businesses in essential environmental and safety-related services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    36 LRS WRM Concrete Disposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes from qualified small businesses for the removal and disposal of concrete super sacks at Andersen Air Force Base in Guam. The project involves the disposal of 800 concrete super sacks, each weighing 3,000 lbs, with a performance period of 90 days post-award, requiring compliance with safety and operational protocols. This procurement is critical for maintaining environmental standards and efficient waste management at military installations. Interested contractors must submit their quotes by September 23, 2024, and are encouraged to contact Monique Rapolla at monique.rapolla@us.af.mil or Tommyjay Taitano at tommyjay.taitano@us.af.mil 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.
    554 RHS Lab Equipment - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for laboratory equipment required by the 554th RHS at Andersen Air Force Base in Guam. The procurement includes specific items such as Automatic Control Compression Machines, NCAT Asphalt Furnace, Single Indexing Marshall Compactors, and stainless steel ovens, all essential for testing concrete and asphalt mixtures in civil engineering and construction materials research. This opportunity is a total small business set-aside, with a submission deadline for quotes on September 23, 2024, and inquiries due by September 16, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Shelby Benko at shelby.benko.1@us.af.mil or SSgt Vanessa Gray at vanessa.gray.1@us.af.mil for further details.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    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.
    554 RHS Primary Switching Center Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to submit proposals for the repair of the 554th RED HORSE Squadron's Primary Switching Center (PSC) located at Andersen Air Force Base in Guam. The project involves a series of essential repairs to ensure the PSC is fully operational, including inspections, material compliance checks, and various repair tasks such as replacing roof panels, restoring rusted areas, and fabricating exterior panels. This procurement is critical for maintaining the functionality of vital infrastructure, with proposals due by September 18, 2024, at 16:30 Chamorro Standard Time. Interested contractors must be registered in the System for Award Management (SAM) and can contact Francyn Salas at francyn.salas@us.af.mil or SSgt Vanessa Grey at vanessa.gray.1@us.af.mil for further information.
    36 EAMXS E-TOOLS
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of 36 EAMXS E-Tools under Solicitation Number FA524024QM133. This opportunity involves the supply of ten cabinets and ten network switches compatible with GETAC systems, which are critical for enhancing operational capabilities at Andersen Air Force Base in Guam. The procurement is categorized under NAICS Code 334419, focusing on Other Electronic Component Manufacturing, and is designated as a 100% Small Business Set-Aside, emphasizing the government's commitment to supporting small enterprises. Interested parties must submit their proposals by September 20, 2024, at 10:00 A.M. Chamorro Standard Time, and can direct inquiries to A1C Keegan Tunnicliff or SSgt Vanessa Gray via the provided contact information.
    LIMITED TO PHASE-TWO PARTICIPANTS
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM PACIFIC, is soliciting proposals for the design and construction of up to 178 duplex and single-family housing units at Andersen Air Force Base (AAFB) in Guam. This project, comprising H-308 Phase IX and H-434 Phase X, aims to construct 136 and 42 family units respectively, providing essential housing for enlisted personnel and their families, thereby significantly upgrading the quality of available family housing. The initiative is part of a broader plan to enhance living conditions for military families, ensuring compliance with acceptable housing standards. Interested contractors can reach out to Adele Murakami at adele.m.murakami.civ@us.navy.mil or call 808-471-1887 for further details.
    Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance (COMS) for Unaccompanied Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Marianas, is seeking qualified vendors to provide Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Unaccompanied Housing at various military installations in Guam, including Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. The procurement aims to identify capable sources that can deliver a range of services, including facility management, custodial services, pest control, and utilities management, essential for maintaining military housing facilities. This initiative is critical for ensuring efficient service delivery and operational readiness within military housing environments. Interested parties must submit their qualifications and complete the Statement of Interest Questionnaire by October 1, 2024, at 11:00 AM Guam Time, to Roxanne Moss and Daniel Calvo via email, as no telephone inquiries will be accepted.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for soil sampling services related to potential PFAS contamination beneath the Aircraft Fire Training Evaporation Pond at Cannon Air Force Base, New Mexico. The contractor will be responsible for collecting soil samples at specified depths, in compliance with EPA Method 1633, to assess the extent of contamination and develop a remediation strategy. This project is critical for ensuring environmental safety and regulatory compliance at the military installation. Proposals are due by September 20, 2024, with questions accepted until September 18, 2024. Interested parties should contact Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.