Demolition B9329
ID: FA466125R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of Building 9329 at Dyess Air Force Base in Texas. The project involves the complete demolition of a structure totaling approximately 417 square feet, including the removal of all associated materials and utilities, while ensuring compliance with safety and environmental regulations, particularly concerning asbestos handling. This demolition is crucial for maintaining the base's infrastructure and adhering to safety standards, with the solicitation expected to be posted around October 17, 2024. Interested contractors should direct inquiries to Nathaniel Joines at nathaniel.joines.1@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil, with the project classified under the 8(a) set-aside program.

    Files
    Title
    Posted
    Enprotec / Hibbs & Todd, Inc. (eHT) conducted an asbestos survey at Building 9329, Dyess Air Force Base, authorized by the 7th Contracting Squadron. The assessment on July 29, 2024, identified suspect asbestos-containing materials (ACM) such as black Cove Base with yellow mastic, drywall, and 4x4 ceramic floor tiles. A total of 12 samples were collected and analyzed, but none contained 1% or greater asbestos, thus classifying them as non-ACBM. Key recommendations include sampling any untested materials encountered during future renovation or demolition by qualified personnel. The report emphasizes compliance with federal and state regulations regarding asbestos handling and highlights the necessity for precautionary measures during any disturbance of potentially hazardous materials. Overall, this survey serves to inform building owners and contractors of the asbestos status in the facility, aiding in safe renovation or demolition activities while adhering to safety and health regulations.
    The specifications for the demolition of Facility 9329 at Dyess Air Force Base (project FNWZ 23-0011) outline comprehensive guidelines for contractors regarding the execution of this project. The scope of work includes a complete set of operations, from demolition to environmental management, adhering to federal, state, and local regulations. Key considerations include strict working conditions, safety protocols, utility management, and environmental protection measures throughout the project’s duration. Contractors are responsible for coordinating access to protected sites, developing specified safety and health plans, securing necessary permits, and ensuring compliance with emergency procedures. They must conduct risk assessments for hazards, manage waste appropriately, and implement erosion and pollution controls. The document also mandates the submission of various plans, such as the Environmental Protection Plan and Waste Management Plan, prior to construction commencement. Regular inspections and the maintenance of as-built drawings are required to document changes accurately. Overall, this document emphasizes governmental adherence to regulations while ensuring contractors prioritize safety, environmental sustainability, and efficient operation throughout the demolition project.
    The document appears to reference an RFP (Request for Proposal) related to the maintenance or installation of infrastructure components, indicated by terms such as "6.00" PVC," "PIV," and "RAPCON ROAD." These elements suggest a focus on physical systems or utilities, possibly within a governmental context. The repetitive phrase "D N A M M O C E K I R T S A I R F O R C E G L O B A L" may indicate an emphasis on global or overarching standards, guidelines, or affiliations with the military or aerospace sectors. The numeric codes could pertain to specific project identifiers or specifications associated with the RFP process. Overall, the document's contents hint at a structured process involving the procurement of services or materials necessary for infrastructure development or upgrades related to air force global initiatives, underlining the necessity for compliance and thorough planning in government contracts. The context insinuates requirements for contractor qualifications, standards for materials, or protocols for project execution.
    The project at Dyess Air Force Base involves the complete demolition of Building 9329, spanning approximately 417 square feet. The contractor is responsible for removing all associated structures and materials, including utilities, foundations, and various building components, while ensuring compliance with safety and environmental regulations. Significant considerations include adherence to OSHA guidelines and proper handling of painted surfaces potentially containing lead. The contractor is tasked with verifying existing site conditions, coordinating activities with the Contracting Officer, and utilizing a designated access route for project operations. Following demolition, the contractor will need to restore the site by bringing in topsoil and grass seed, ensuring proper drainage to avoid water accumulation. Additional project specifications and as-built drawings are provided in attachments, with clear directive that only the Contracting Officer may issue changes to the project's scope. This project underscores the base's commitment to maintaining infrastructure while prioritizing safety and environmental compliance throughout the demolition process.
    Lifecycle
    Title
    Type
    Demolition B9329
    Currently viewing
    Presolicitation
    Similar Opportunities
    Building 85 Demolition
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has awarded a contract for the demolition of Building 85 at Altus Air Force Base in Oklahoma. The contract, valued at $184,210, was awarded to Tarazi, LLC, and falls under the NAICS code 238910, which pertains to Site Preparation Contractors. This demolition project is crucial for site preparation and redevelopment efforts at the base. For further inquiries, interested parties can contact Scott Swain at scott.swain.2@us.af.mil or Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for a construction project at Dyess Air Force Base in Texas. The project involves the construction of a new refueler truck yard and an administrative and laboratory facility for the 7th Logistics & Readiness Squadron Fuels flight. The refueler truck yard will include a parking area, secondary containment, lighting, and pavement markings. The administrative and laboratory facility will be a single-story building with various features such as reinforced concrete foundation, masonry walls, metal wall panels, and a metal roof. The project is a competitive, firm-fixed price contract and is set aside for small businesses. The estimated duration of the project is 549 calendar days. The solicitation is anticipated to be issued in September 2024, with proposals due in October 2024. Contractors must be registered with the System for Award Management (SAM) database to be eligible for contract award.
    Demolish existing Preservation Oil system and canopy at building 175 Jet engine Test Cell
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM), is soliciting bids for the demolition of the existing Preservation Oil system and canopy at Building 175 of the Jet Engine Test Cell. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the removal of infrastructure critical to the facility's operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247324RJ511. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Temporary Wall Replacement at Denison Powerhouse, Denison, TX
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. The project entails the demolition and disposal of existing structures, including a temporary wall and wood plank flooring, followed by the design and construction of a new permanent wall and floor grating system that integrates seamlessly with the existing powerhouse. This procurement is critical for ensuring the structural integrity and safety of the facility, with a Firm-Fixed Price (FFP) contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) process. Interested contractors must commence work within 10 days of receiving the Notice to Proceed and complete the project within 730 days, with provisions for liquidated damages for delays. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    Solicitation - Relocate/Reinstall Flightline Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the relocation and installation of the T-38 Flight Line fence at Randolph Air Force Base, Texas. This project requires contractors to manage all aspects of the work, including supervision, labor, materials, and quality assurance, ensuring compliance with safety and environmental regulations while minimizing disruption to base operations. The contract is set aside for small businesses under NAICS code 238990, with proposals due electronically by October 18, 2024, and questions accepted until October 9, 2024. Interested parties can contact Jamie Ratcliffe at jamie.ratcliffe@us.af.mil for further details.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring effective traffic management and security at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including company information and relevant project experience, by October 9, 2024, with the anticipated solicitation expected to be issued in April 2025.
    FY25 BASE PAVEMENTS PREVENTATIVE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the FY25 Base Pavements Preventative Maintenance project at Dover Air Force Base in Delaware. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to perform maintenance tasks, including applying a Gilsonite-based asphalt rejuvenator, milling and paving asphalt, sawcutting pavement, and line striping. This project is crucial for maintaining the functionality and safety of the installation's infrastructure, with a total period of performance set for 365 days from the Notice to Proceed, subject to negotiation prior to award. Interested parties can contact Carl Zahn at carl.zahn.3@us.af.mil or 302-677-5027, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545 for further details.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.