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
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Guam/JRM AE IDIQ
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.