ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Demo B6119

DEPT OF DEFENSE FA466126Q0005
Response Deadline
Dec 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with specific attention to safety and environmental regulations, particularly concerning asbestos abatement. The contract will be awarded as a Firm-Fixed Price (FFP) and is set aside for small businesses, with a proposal due date extended to December 16, 2025, at 12:00 PM CST. Interested contractors should submit their offers via email, 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.

Classification Codes

NAICS Code
238910
Site Preparation Contractors
PSC Code
P400
SALVAGE- DEMOLITION OF BUILDINGS

Solicitation Documents

12 Files
FNWZ21-0071 Demolish Thrift Shop_B6119_SOW.pdf
PDF24097 KBDec 15, 2025
AI Summary
The Dyess AFB FNWZ 21-0071 project involves the demolition of Building 6119, requiring adherence to strict safety and environmental regulations. An asbestos survey identified Category I and II non-friable asbestos-containing materials (ACBMs), totaling approximately 2,300 sq. ft. of drywall with asbestos texture and joint compound, and 2,220 sq. ft. of asbestos floor tile with mastic. Abatement by a qualified contractor is mandated before demolition. The project outlines specific requirements for haul routes, site restoration with topsoil and grass seed, and contractor responsibilities for safety, utility identification, waste disposal, and adherence to work schedules. Special conditions apply for airfield operations, security, and vehicle identification, emphasizing coordination with Dyess AFB personnel and compliance with federal, state, and local standards.
Wage Determination.pdf
PDF4808 KBDec 15, 2025
AI Summary
This document, Wage Determination No. 2015-5211 Revision No. 31, outlines the minimum wage rates and fringe benefits for service contract employees in Callahan, Jones, and Taylor Counties, Texas, effective July 8, 2025. It details hourly wage rates for various occupations across administrative, automotive, health, IT, and other sectors. The document specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, generally fall under Executive Order 14026, requiring a minimum of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed, are subject to Executive Order 13658, with a minimum of $13.30 per hour. Fringe benefits include health and welfare, paid sick leave (under EO 13706), vacation, and eleven paid holidays. Special conditions, such as night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances, are also detailed. The document includes a conformance process for unlisted job classifications, ensuring fair compensation. Exemptions for certain computer employees are also noted.
B6119 Demo RFQ COMBO Amendment 0002.pdf
PDF986 KBDec 15, 2025
AI Summary
This government Request for Quote (RFQ) is for the demolition of Building 6119 at Dyess AFB, TX, identified as RFQ ID# FA466126Q0005. Issued by 7 CONS/PKB, the RFQ aims to award a Firm-Fixed Price (FFP) contract. Key amendments include extending the proposal due date to December 15, 2025, at 12:00 PM CST, and requiring a Bid Bond guarantee for submissions, with 100% performance and payment bonds upon contract execution. An optional site visit was scheduled for December 5, 2025, and questions were due by December 8, 2025. Offers, not exceeding 20 pages, must be emailed to victor.oliveras-miranda@us.af.mil and john.craig.16@us.af.mil, and include a detailed project timeline, pricing breakdown, and technical approach. Evaluation will be based on best value, considering schedule, technical approach, and price. The document also details various FAR and DFARS clauses, including those related to supply chain security, payment instructions via Wide Area WorkFlow (WAWF), and offeror representations and certifications for commercial products and services.
FNWZ 21-0071 Demo B6119 QA Sheet - Final (12-11-2025).pdf
PDF210 KBDec 15, 2025
AI Summary
The Dyess AFB B6119 Demolition project involves the demolition of a building, requiring contractors to adhere to specific guidelines and responsibilities. Key requirements include the removal of driveways and aprons, with bonds (Performance and Payment) being mandatory. Contractors are responsible for determining appropriate wage rates for asbestos handlers and for obtaining their own asbestos removal plans. While blueprints are provided in the Statement of Work (SoW), contractors must source fill material off-site as none is available on base. Utilities have no disconnect fees, but power is not available on site. All items, except a transformer, are to be removed, and there are no restrictions on recycling concrete as long as federal/state regulations are followed. Onsite personnel require a State I.D. The project does not involve FOD control or SHPO concerns. There are no on-base landfills for construction debris or hazardous materials, requiring contractors to remove them off-base. Bid guarantees are required, and the quotation package must be a single, consolidated document. Past performance is requested if relevant but will not be held against contractors if not provided.
Demo B6119 QA Sheet (12-10-2025).pdf
PDF78 KBDec 15, 2025
AI Summary
This document addresses questions regarding the B6119 Demolition project at Dyess AFB, clarifying various aspects for contractors. Key information includes the availability of foundation and original blueprints within the Statement of Work (SoW), the contractor's responsibility for developing an asbestos removal plan, and the need to refer to the SoW for operational hours and required permits. Driveways and aprons must be removed, but no fill material is available on site. While there are no fees for utility disconnections or restrictions on concrete recycling (with adherence to regulations), power is not available on site. The government will retain only the transformer, with all other metal and machinery to be removed. Contractors are responsible for prevailing wage research for asbestos handlers and for removing all construction debris and hazardous materials off base, as there are no on-site landfills. Onsite personnel require a State ID, and FOD control is not the contractor's responsibility. SHPO is not a concern.
B6119 Demo RFQ COMBO Amendment 0001.pdf
PDF1035 KBDec 15, 2025
AI Summary
Amendment #0001 extends the proposal due date for RFQ B6119 to December 15, 2025, at 12:00 PM CST, with a Q&A sheet attached. Submissions require a Bid Bond guarantee, and successful contractors will need 100% performance and payment bonds upon contract execution. The RFQ, issued by 7 CONS/PKB at Dyess AFB, TX, under ID# FA466126Q0005, is for a Firm-Fixed Price contract for the demolition of Building 6119. A site visit is scheduled for December 5, 2025, with RSVPs due by November 26, 2025. Offers must be submitted via email and include a detailed project timeline, pricing breakdown, and technical approach. Evaluation will prioritize best value, considering schedule, technical approach, and price. The document includes numerous FAR and DFARS clauses governing various aspects of federal contracting, such as supply chain security, payment instructions, and offeror representations, emphasizing compliance and ethical conduct.
FNWZ 21-0071 Demo 6119 DWGs.pdf
PDF2164 KBDec 15, 2025
AI Summary
The document outlines the demolition of Building 6119, a thrift shop, including its foundation, piers, and various structural components. The project, identified as FNWZ 21-0071 and scheduled for October 2025, involves removing HVAC units, concrete pads, sidewalks, asphalt pavement, and landscaping. Utility disconnections are detailed, requiring the capping of water, gas, and sewer lines. A critical aspect of the demolition is the presence of asbestos-containing building materials (ACBMs), specifically drywall gypsum board with smooth texture and joint compound, and black floor tiles with mastic, found throughout the building. The plan also specifies backfilling and regrading the site for proper drainage and seeding. The document provides detailed floor plans, elevation drawings, and an asbestos floor plan, highlighting the locations of hazardous materials and demolition scope.
FNWZ 21-0071 - Att E - AF Form 3065.xlsx
Excel26 KBDec 15, 2025
AI Summary
The Contract Progress Report for Project #: FNWZ 21-0071, "Demo Bldg 6119," details the status of work performed by One Great Mystery Construction, Inc. This report, covering a period from x/xx/2021 to x/xx/2022 under Contract No. FA4661-, outlines various work elements, including bonds, mobilization, construction submittals, demolition, site/utility work, foundation, framing, building envelope, plumbing, HVAC, electrical, fire protection, finishes, testing, contractor punchlist, and O&M/closeout. Each element is assigned a percentage of the total job, with the report indicating 0.00% completion for both the current period and cumulatively for all listed tasks. The total percentage of the job covered by the listed elements is 37.50%. The document serves as a certification of progress for potential use in computing progress payments, requiring sign-offs from both the contractor and the contracting officer for satisfactory completion according to contract specifications.
B6119 Demo RFQ COMBO Amendment 0003.pdf
PDF984 KBDec 15, 2025
AI Summary
RFQ B6119, ID# FA466126Q0005, issued by 7 CONS/PKB, Dyess AFB, TX, is for a Firm-Fixed Price (FFP) contract for the demolition of Building 6119. The RFQ has undergone multiple amendments. Amendment #0003, issued December 15, 2025, removed the requirement for a Bid Guarantee or Bid Bond and extended the proposal due date to December 16, 2025, at 12:00 PM CST. Amendment #0002, issued December 11, 2025, added missed questions to the Q&A sheet. The initial Amendment #0001, issued November 20, 2025, revised the proposal due date to December 15, 2025, required a Bid Bond guarantee, and 100% performance & payment bonds upon award. An optional site visit was scheduled for December 5, 2025. Offers must be submitted via email to SSgt Victor Oliveras and SrA John Craig, and must include a detailed project timeline, pricing breakdown, and technical approach. Evaluations will be based on best value to the Government, considering schedule, technical approach, and price. The NAICS code is 238910 with a $19 Million small business size standard, and no set-aside. Various FAR and DFARS clauses are incorporated by reference and in full text, including those related to supply chain security and payment instructions.
B6119 Demo RFQ COMBO.pdf
PDF911 KBDec 15, 2025
AI Summary
This Request for Quote (RFQ) from Dyess AFB, TX, seeks bids for the demolition of Building 6119, with a Firm-Fixed Price (FFP) contract anticipated. The NAICS code is 238910, with a small business size standard of $19 Million, and no set-asides apply. Key dates include an optional site visit on December 5, 2025, an RSVP deadline for the site visit on November 26, 2025, a deadline for questions on December 8, 2025, and the final offer submission deadline on December 12, 2025, all by 12:00 p.m. (CST). Quotes must be emailed to john.craig.16@us.af.mil and victor.oliveras-miranda@us.af.mil. Submissions must adhere to detailed instructions in Sections L and M (attached), including a cover page, detailed project timeline, milestone delivery plan, resource allocation plan, risk mitigation strategies, itemized cost breakdown, basis of estimate, pricing assumptions, a technical approach with a performance schedule (180 calendar days estimated), a narrative execution plan, key personnel qualifications, quality control, risk management plans, and relevant past performance. Evaluation will be based on best value, considering schedule feasibility, technical approach, and price reasonableness. The document also includes various FAR and DFARS clauses governing federal contracts.
FNWZ 21-0071 - Attachment E - Pricing Worksheet - Contractor.xlsx
Excel24 KBDec 15, 2025
AI Summary
The document,
FNWZ 21-0071 - Att E - AF Form 3064.xlsx
Excel48 KBDec 15, 2025
AI Summary
AF Form 3064, the Contract Progress Schedule, is a crucial document for federal government RFPs, outlining planned work progress for contractors. This form details contract specifics like number, start/completion dates, project title (e.g., FA4661-16-C-Demo Bldg 6119), and contractor information. It itemizes work elements (e.g., Bonds, Mobilization, Demolition, various construction trades) with their percentage of the total job and scheduled progress over specific periods (e.g., June 1-15, June 16-30). Contractors must submit three signed copies to the contracting officer, adhering to instructions for entering contract details, work elements, and their respective percentages. The form emphasizes the importance of accurate reporting, as it impacts contract administration and partial payments. Revisions are required for contract modifications affecting work progress or completion dates, ensuring the schedule remains current and accurate. This document ensures clear communication and tracking of project milestones, serving as a vital tool for managing federal construction and other contracted projects.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 20, 2025
amendedAmendment #1Dec 10, 2025
amendedAmendment #2Dec 11, 2025
amendedLatest AmendmentDec 15, 2025
deadlineResponse DeadlineDec 16, 2025
expiryArchive DateDec 31, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4661 7 CONS CD

Point of Contact

Name
Victor Oliveras Miranda

Place of Performance

Dyess AFB, Texas, UNITED STATES

Official Sources