Z--Provide Asbestos Abatement Services - CAHA
ID: 140P5125Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide asbestos abatement services at the Cape Hatteras National Seashore in North Carolina. The project involves the removal of lead-based paint and asbestos flooring from the Fire Cache building, along with the restoration of its interior and exterior finishes, while ensuring compliance with health and safety regulations. This procurement is crucial for maintaining the historical integrity of the site and ensuring public safety from hazardous materials. Interested contractors must submit their quotes by June 13, 2025, with a mandatory site visit scheduled for May 30, 2025, and all inquiries must be submitted in writing by June 2, 2025. For further information, contractors can contact Edward Dingle at edward_dingle@nps.gov or by phone at 404-507-5747.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines the Statement of Work for the remediation and replacement of lead-based paint and asbestos flooring at the Hatteras Island Fire Cache Building, located in North Carolina's Cape Hatteras National Seashore. This project aims to safely remove hazardous materials, restore the building’s exterior and interior finishes, and ensure safety compliance according to OSHA and state regulations. Key tasks include the removal of lead-based paint and asbestos flooring, preparation of surfaces for painting, and ensuring the historical integrity of the structure is maintained. The contractor is required to provide necessary equipment and personnel, utilizing certified professionals for hazardous material remediation. The document emphasizes quality assurance, safety measures, and clear guidelines for environmental protection during the abatement process. All work must be conducted with minimal disruption to the public and within specific timeframes stipulated by the National Park Service. Overall, this project illustrates the government’s efforts to maintain historical sites while adhering to strict safety standards.
    The document provides an analytical overview of asbestos and lead content in materials from a building located at Lighthouse Rd, 1, as requested by USFin Development, LLC. An asbestos analysis using EPA-approved methods found four samples containing chrysotile, while the remainder showed no detectable asbestos. Additionally, a lead analysis reported multiple samples with varying concentrations of lead, with the highest measuring 19.3% by weight. The report emphasizes adherence to regulations concerning lead exposure, highlighting the risks it poses, particularly to children. It outlines the importance of lead-safe work practices during renovations and abatement, essential in properties built before 1978. North Carolina's Lead-Based Paint Hazard Management Program mandates certified professionals for such activities, reinforcing the need for compliance. These findings underscore the necessity for thorough testing and appropriate safety measures during renovation and demolition to mitigate health risks associated with hazardous materials. The careful examination and reporting detail the specific hazardous materials identified and the protocols mandated by state and federal regulations, reinforcing the ongoing commitment to public health and safety standards in construction practices.
    USFin Development LLC conducted an environmental assessment at 46500 Lighthouse Rd, Buxton, NC, detailing findings related to hazardous materials, particularly lead and asbestos. The evaluation identifies various locations where lead paint and asbestos were tested both indoors and outdoors. Significant defects were reported in the exterior cladding, certain wall surfaces, and paint within the building, with lead levels surpassing acceptable thresholds in multiple instances. Specifically, up to 19.3% lead was found in exterior paint, while varying percentages were noted on interior walls and columns. Areas without asbestos were recorded, though monitoring is advised for certain materials. The report emphasizes the importance of removing or remediating hazardous substances for safety and compliance. This assessment will inform necessary actions to ensure the health of occupants and adherence to regulatory standards during any future renovations or use of the building. The document serves as a critical resource for government entities and stakeholders involved in property management and regulatory compliance.
    The document pertains to a federal government Request for Proposals (RFP) focusing on environmental impact assessments and related services. It aims to gather responses from qualified vendors who can provide specialized services in areas such as hazardous materials surveys and site remediation projects. Key points include the requirement for compliance with federal and state environmental regulations, the emphasis on health and safety protocols during assessments, and the necessity for comprehensive reporting on findings. Vendors are expected to demonstrate experience in conducting similar evaluations, providing certifications, and maintaining quality standards. The assessment will be conducted at various locations, requiring coordination with local stakeholders and adherence to specified timelines. The document underscores the importance of transparency, thorough documentation, and effective communication throughout the project lifecycle. This RFP illustrates the government's commitment to safeguarding public health and the environment by enlisting expert assistance for environmental evaluations and remediation, ensuring responsible management of hazardous materials, and promoting sustainable practices within project frameworks.
    The government solicitation number 140P5125Q0024 pertains to a project titled "Replace Pony Pen Hay Barn" in Buxton, North Carolina. The primary objective is to safely remove lead-based paint and asbestos flooring from the Cape Hatteras Island Fire Cache building. This will involve restoring the surfaces with new primer and paint, and replacing the upstairs flooring by removing existing materials down to the original subfloor, which will then be covered with new plywood. Additionally, the project's scope includes moving the building's contents into temporary storage during the abatement process and returning them to their original locations afterward. The proposal must detail the pricing for these services in a single-line item contract. This solicitation emphasizes health and environmental safety in building maintenance, aligning with federal guidelines for managing hazardous materials.
    The document is a Past Performance Questionnaire associated with the Request for Proposal (RFP) 140P5125R0014 for the National Park Service's project involving the demolition and reconstruction of the Pony Pen Hay Barn at Cape Hatteras National Seashore. The contractor is requested to provide a detailed questionnaire as part of their proposal, listing their performance on prior or current contracts. The responses will evaluate the contractor's past performance across categories such as ability to meet requirements, timeliness, and quality of work. Each category requires a rating from “Exceptional” to “Unsatisfactory,” alongside comments for further clarification. The questionnaire emphasizes that the submitted information is Source Selection Sensitive and cannot be used for promotional purposes by the contractor. The document concludes with spaces for contact information, ensuring that all responses are submitted before the RFP's closing date to be considered in the evaluation of the contractor's qualifications for the project.
    The National Park Service is organizing a mandatory site visit for contractors interested in responding to RFP # 140P5125Q0024. The project involves removing lead-based paint and asbestos from the Fire Cache building at Cape Hatteras National Seashore and restoring its finishes. Contractors are required to assess local conditions that could influence operations and costs. The site visit is scheduled for May 30, 2025, at 10:00 am EST, with RSVPs due by May 29, 2025. Contractors must submit all questions in writing by June 2, 2025, and responses will be shared with all prospective bidders. Attendance is crucial to ensure competitive and accurate proposals, as failure to participate can’t be claimed as a reason for inaccuracies later. The document underscores the importance of thorough preparation and compliance with solicitation terms.
    This document is a Past Performance Questionnaire related to Solicitation Number 140P5125Q0024 for Asbestos Abatement Services at Cape Hatteras National Seashore, managed by the National Park Service. The primary objective is to remove lead-based paint and asbestos from the Fire Cache building, including restoring finishes and updating subflooring, while ensuring the safe handling and storage of contents during the abatement process. The questionnaire is directed to a referenced contractor to evaluate their past performance, which will influence the selection process. It emphasizes the confidentiality of the provided performance information and prohibits use for endorsement or promotional purposes. The evaluation section includes assessments of performance, timeliness in delivering services, quality of work, and overall contractor performance, each rated on a scale from "Exceptional" to "Unsatisfactory." Respondents are encouraged to add narratives to support their ratings. This document underscores the federal government's focus on accountability and quality standards in service contracts while seeking input to guide contractor selection based on past service experiences.
    The document pertains to Amendment No. 0001 for Solicitation No. 140P5125Q0024, issued by the National Park Service (NPS) for asbestos abatement services at the Cape Hatteras National Seashore. The amendment introduces a revised past performance questionnaire that contractors must complete to provide feedback on a contractor’s previous performance. The main contract involves removing loose lead-based paint and asbestos flooring and entails restoration work on the Fire Cache building. The evaluation criteria focus on contractor performance including timeliness, quality of work, and overall performance across various tasks. The document emphasizes that the information collected via the questionnaire will be treated as source selection sensitive and cannot be used for promotional purposes by the contractor. The completion of the questionnaire is required to be submitted with the proposal by the specified deadline prior to the closing of the RFQ. Overall, the document outlines the requirements for bidders, ensuring informed assessment of contractor capabilities for upcoming work.
    The document is an amendment to a solicitation under the contract ID 140P5125Q0024, specifically regarding extending the due date for receiving quotes. The new deadline is set for June 13, 2025, at 11:00 AM EST. The period of performance for the contract is from July 1, 2025, to October 30, 2025. Contractors are required to acknowledge the receipt of this amendment to ensure their offers are considered, which can be done through various methods such as completing the amendment and including it with their submissions or via separate correspondence referencing the solicitation. The amendment emphasizes that failure to acknowledge receipt prior to the stated deadline may lead to rejection of offers. Additional administrative details are provided, including the procedure for modifying existing offers in light of the amendment and information regarding the contracting officer, Edward Dingle. The amendment maintains the terms and conditions of the original solicitation in effect, other than those changes specified. This document represents a standard procedural adjustment typical in government contract modifications for clarity and compliance with federal acquisition regulations.
    The National Park Service (NPS) has issued a Request for Quotation (RFQ) for a project at the Hatteras Island Fire Cache Building in North Carolina. The scope includes the removal of lead-based paint and asbestos flooring, restoration of interior and exterior finishes, and installation of new subflooring. The contractor must secure and temporarily store building contents during the renovation, which is scheduled from July 1 to October 30, 2025. Compliance with health and safety regulations for hazardous materials is mandatory, requiring certified personnel for remediation efforts. Bidders are invited to submit quotations by June 2, 2025, with preference given to small businesses. The contractor will be chosen based on the Lowest Price Technically Acceptable (LPTA) criteria, considering price, technical capability, and past performance. This RFQ emphasizes environmental safety and preservation of the historic structure while enhancing its usability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the abatement of asbestos pipe insulation in Building 76 at the Bath VA Medical Center in New York. The project involves the removal and disposal of approximately 200 linear feet of asbestos-containing material (ACM) pipe insulation, adhering to all local, state, and federal regulations, with a completion timeframe of 30 days from the Notice to Proceed. This work is critical for maintaining a safe environment in a fully operational medical facility, ensuring compliance with health and safety standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 17, 2025, with a pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    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.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.