Demo B6119
ID: FA466126Q0005Type: Solicitation
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

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

    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. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Demo B6119
    Currently viewing
    Solicitation
    Similar Opportunities
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, 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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Dyess AFB MDG DECON Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide decontamination training for Air Force Medical First Receivers at Dyess Air Force Base in Texas. The training aims to educate personnel on life-saving skills necessary for triaging, initiating field treatment, and decontaminating victims exposed to Chemical, Biological, Radiological/Nuclear (CBRN) agents or hazardous materials, adhering to CDC and OSHA guidelines. This training is critical for ensuring that first responders are equipped to handle hazardous situations effectively and safely. Interested parties can contact SrA Caleb Nolan at caleb.nolan@us.af.mil or 325-696-8239, or Jerime W. Gorse at jerime.gorse@us.af.mil or 325-696-5569 for further details.
    INDUSTRY DAY AT DYESS AIR FORCE BASE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is hosting an Industry Day at Dyess Air Force Base on December 12, 2025, aimed at connecting contractors and industry partners with upcoming contract opportunities. This event will provide insights into new acquisition opportunities, facilitate networking with key agencies such as the Dyess AFB 7th Contracting Squadron, and promote collaboration among businesses in various targeted trades, including HVAC, electrical, and construction services. Attendees will benefit from presentations starting at 0900, followed by networking sessions at 1300, all taking place at Hangar Center, Bldg 7106, Dyess AFB, TX 79607. For further details and to register, interested parties can visit https://nwtapex.ecenterdirect.com/events/921 or contact Shayla Lucas at 817-886-1289 or via email at Shayla.J.Lucas@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.