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
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 6, 2024, 12:00 AM UTC
  3. 3
    Due Sep 13, 2024, 6:00 AM UTC
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
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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.
Sep 6, 2024, 6:51 AM UTC
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
AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems AAFB, Guam
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for a construction contract titled "AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems" at Andersen Air Force Base in Guam. The project involves a Firm-Fixed-Price (FFP) contract to upgrade and repair critical airfield electrical systems, including the installation of new electrical conduits, panels, and connections, while ensuring minimal disruption to flight operations. This initiative is vital for maintaining operational reliability and safety at the airfield, with an estimated project cost exceeding $10 million and a performance period of 532 calendar days. Interested contractors classified under the Historically Underutilized Business Zone (HUBZone) program must submit proposals electronically by May 2, 2025, and can direct inquiries to Chuck David Flores at chuckdavid.flores@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
AJJY 25-1072M Repair Palau Dorm B25016
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a significant design-build construction project to repair Palau Dorm B25016 at Andersen Air Force Base in Guam. The project entails comprehensive renovations, including interior updates, HVAC and plumbing system replacements, electrical distribution upgrades, and fire protection enhancements, all aimed at restoring the facility following recent storm damage. This opportunity is set aside for Historically Underutilized Business Zone (HUBZone) small businesses, with a contract value estimated between $25 million and $100 million, and a performance period of 864 calendar days. Interested contractors should contact Mr. Adelino Cabanting at adelino.cabanting@us.af.mil or Mr. Eddie Pelkey at eddie.pelkey@us.af.mil for further details, and the solicitation is expected to be available on SAM.gov around May 2, 2025.
AJJW 25-1071M Repair Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for a significant repair project at Andersen Air Force Base in Guam, specifically for the Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3. The project entails a comprehensive design-build construction effort, including the installation of a dual pump system, rehabilitation of the chlorination control room, and various upgrades to the tank and wells, all aimed at enhancing water supply facilities. This opportunity is set aside for Historically Underutilized Business (HUBZone) small businesses, with a contract value estimated between $20 million and $100 million, and a tentative performance period of 800 calendar days. Interested contractors should contact Francyn Salas or Eddie Pelkey via email for further details, and the solicitation is expected to be available on sam.gov around April 25, 2025.
AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85 AAFB, GU
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair and reconfiguration of Tie Feeder Circuits P-84 and P-85 at Andersen Air Force Base (AAFB) in Guam. This Design-Bid-Build project aims to enhance the reliability of the airfield's electrical infrastructure by eliminating existing circuits that cross runways and providing redundant connections for critical transformers. The contract, valued between $10 million and $25 million, is set aside for Historically Underutilized Business Zone (HUBZone) small businesses and requires completion within 548 calendar days. Interested contractors must submit their bids electronically by May 7, 2025, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, contact A1C Sir Rashaliq I. Hankerson at sirrashaliq.hankerson@us.af.mil or 671-366-6680.
505 CTS Bldg 90063 Mold Mitigation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide mold mitigation services at Building 90063, Hurlburt Field, Florida. The contractor will be responsible for all management, labor, tools, and supplies necessary to safely remediate mold, ensuring compliance with applicable laws and regulations while maintaining a safe environment for personnel. This procurement is particularly significant as it emphasizes the federal government's commitment to health and safety standards, while also promoting opportunities for small businesses, including women-owned and service-disabled veteran-owned enterprises. Interested parties must submit their quotes by April 28, 2025, at 1400 CST, and are encouraged to attend a site visit on April 17, 2025, at 0900 CST. For further inquiries, contact Alyssa Garred at alyssa.garred@us.af.mil or A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil.
FA8604, Baggage Handling Conveyor at Andersen AFB, Guam, MMHS
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified contractors for the design, manufacture, and installation of a Baggage Handling Conveyor system at Andersen Air Force Base in Guam. This project aims to provide a system capable of handling passenger luggage loads of varying sizes and weights, with specific requirements for inbound and outbound conveyor types, as well as associated wiring and control panels. The successful contractor will play a critical role in ensuring the installation is completed efficiently to minimize disruption to mission operations during a major facility renovation. Interested parties must submit their qualifications and relevant experience by April 24, 2025, at 2:00 PM EDT, to Andrew Petersen at andrew.petersen.3@us.af.mil, with a focus on demonstrating past experience in similar projects.
36 LRS - War Reserve Materiel (WRM) Vehicle Maintenance (VM) Repair Parts for Seven (7) Rapid Airfield Damage Recovery (RADR) Vehicles (Andersen AFB, Guam)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for War Reserve Materiel (WRM) Vehicle Maintenance Repair Parts for seven Rapid Airfield Damage Recovery (RADR) vehicles stationed at Andersen Air Force Base in Guam. The procurement aims to acquire essential repair parts necessary for the maintenance and operational readiness of these vehicles, which play a critical role in repairing flightlines during conflicts. Interested vendors must submit their quotes electronically by April 18, 2025, at 1:00 P.M. Chamorro Standard Time, with a desired delivery timeline of 120 calendar days post-order receipt. For further inquiries, potential bidders can contact Louella Navarrete at louella.navarrete@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.
36 EAMXS - Consolidated MOCC Radios - Andersen AFB, Guam
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking responses from qualified small businesses for the procurement of consolidated MOCC radios for the 36th Aircraft Maintenance Squadron at Andersen Air Force Base in Guam. The project requires the provision of 36 integrated radios, including transportation, installation, and support for ten end-user devices, ensuring compliance with Air Force cybersecurity protocols and operational guidelines. This procurement is critical for enhancing communication infrastructure and operational efficiency at the base, with responses due by April 14, 2025. Interested parties should direct their inquiries to TSgt Samuel Gordon at samuel.gordon@us.af.mil or Gerardine Mendiola at gerardine.mendiola@us.af.mil for further details.
HAFB Storage Igloos Demolition
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the demolition of two earth-covered reinforced concrete modular Munitions Storage Magazines (Buildings 1411 and 1432) at Hill Air Force Base (HAFB) in Utah. The project entails the complete removal of the structures, including the abatement of asbestos-containing materials and lead-based paint, as well as the restoration of the site to match existing grades and vegetation. This demolition is crucial for maintaining safety and compliance with environmental regulations, ensuring that the area is properly managed post-demolition to prevent issues such as stormwater runoff. Interested contractors, particularly small businesses, should contact Jennifer Ferrer at Jennifer.L.Ferrer@usace.army.mil or Daniel E. Czech at daniel.e.czech@usace.army.mil for further details, with the contract performance period set at 365 days.
FA2860316SFSCATM_0425
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide recycling and disposal services for industrial waste generated at Joint Base Andrews, Maryland. The services required include the management of hazardous, universal, and non-hazardous wastes from the firing ranges, ensuring compliance with all applicable laws and safety standards, including OSHA regulations. This procurement is critical for maintaining the operational integrity and environmental compliance of the firing ranges through professional maintenance and waste management services. Interested firms must submit a capabilities package by 4:30 PM Eastern Standard Time on April 23, 2025, to the primary contacts, Mara Scally and Charles Maddox, via the provided email addresses.