Awarded ContractCombined Synopsis/Solicitation

Mold and Asbestos Remediation Vance AFB F713-112

DEPT OF DEFENSE 208017-BK-112
Total Obligated
$29,963
SAM.gov
Current Recipient
GRIFFITH CONTRACTING, LLC Broken Arrow OK USA
Feb 10, 2026
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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 112 of Facility 713, requiring contractors to provide all necessary 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 by January 5, 2026, at 10:00 AM CST, with a site visit scheduled for January 7, 2026. Interested parties can contact Betty S. Kliewer at betty.kliewer.ctr@us.af.mil for further information.

Classification Codes

NAICS Code
562910
Remediation Services
PSC Code
F108
ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION

Solicitation Documents

5 Files
FP1023093 SoW Package - Mold and Asbestos Remediation in Room 112 F713.pdf
PDF12172 KBDec 15, 2025
AI Summary
This Statement of Work (SoW) outlines the requirements for mold and asbestos remediation in Room 112, Facility 713, at Vance Air Force Base, Oklahoma. The project, identified as FP1023093, involves the abatement of asbestos, mold, and mildew, along with the demolition of interior fixtures and finishes. Key responsibilities of the contractor include furnishing all necessary supervision, labor, equipment, and materials, adhering to strict safety protocols for hazardous material handling and disposal, and coordinating all work with ASRC Federal Field Services (AFFS) Construction Management. The scope details specific demolition items, asbestos abatement procedures, air quality testing, and disposal of waste. The total performance period is 75 calendar days, with 45 days for mobilization and material lead time, and 30 days for actual work after a Notice to Proceed. The SoW also covers work restrictions, contractor qualifications, provided utilities, inspection, and material requirements, including compliance with the Buy American Act and submission of various plans and certifications.
General Terms and Conditions Commercial Items Govt Prime Contract Rev 8.pdf
PDF436 KBDec 15, 2025
AI Summary
This document outlines the General Provisions and FAR Flowdown Provisions for Commercial Items under a U.S. Government Prime Contract, applicable to ASRC Federal Holding Company and its subsidiary companies (BUYER) and their SELLERs. It details contractual terms for formation, applicable laws (Maryland state law and federal common law for government contracts), assignment, changes, commercial computer software rights, communication with the BUYER's customer, compliance with various federal acts (e.g., Fair Labor Standards Act, OSHA, Toxic Substances Control Act), confidentiality, contract direction, default, dispute resolution, export control, indemnification, intellectual property, and payment terms. The document also incorporates by reference numerous FAR, DFARS, and other agency FAR Supplement clauses, specifying their applicability based on contract value or specific conditions, and includes certifications and representations required from the SELLER.
Non-Commercial Representations and Certifications Form 12.1.2025.pdf
PDF275 KBDec 15, 2025
AI Summary
The Non-Commercial Products and Services Representations and Certifications (PR-TMP-25) form is essential for Offerors/Sellers seeking U.S. Government contracts through ASRC Federal. This document outlines mandatory certifications and representations, including business declarations, executive compensation disclosures, and compliance with various federal regulations. Key areas covered include SAM registration status, business size and socio-economic categories, reporting executive compensation for awards over $40,000, and certifications regarding payments to influence federal transactions. Additionally, it addresses prohibitions on certain confidentiality agreements, covered telecommunications equipment, debarment, place of performance, child labor, recovered materials, Buy American Act, Trade Agreements, and Iran-related activities. Cost Accounting Standards (CAS) notices and certifications are also detailed for contracts exceeding $2.5 million, requiring disclosure statements or claiming exemptions. Failure to complete this form accurately can lead to bid rejection.
WD2015-5857 REV17.pdf
PDF366 KBDec 15, 2025
AI Summary
The document appears to be a highly formatted government file, possibly an RFP or grant application, characterized by a detailed table of contents or index. It outlines various sections related to project requirements, legal and financial considerations, and technical specifications. Key areas include administrative data, contractual obligations, and specific performance metrics. The structure suggests a comprehensive framework for evaluating proposals or managing grants, with an emphasis on compliance and detailed documentation. Due to the heavily encoded nature of the text, a precise summary of the content is challenging, but the overall purpose is to solicit or manage a government-related project, ensuring all regulatory and operational aspects are addressed.
Vendor Authorization Request Template 1.2025.pdf
PDF371 KBDec 15, 2025
AI Summary
The "Vendor Authorization Request - Domestic Instructions" file outlines the process for ASRC Federal and its subsidiaries' vendors to register and receive payments. It details requirements for tax identification (EIN, SSN, ITIN), legal and business names, and contact information. Vendors must provide identifiers like UEI, DUNS, and CAGE codes. The document mandates selecting entity type, classification, business size, and applicable business classifications. It also explains exemptions from backup withholding and FATCA reporting, referencing IRS Form W-9. Electronic payments are facilitated through Corpay Payment Automation after an initial paper check. A separate section addresses modifications to existing vendor records for changes in address, contact information, or tax ID, requiring supporting documentation.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 11, 2025
amendedLatest Amendment· Description UpdatedDec 15, 2025
deadlineResponse DeadlineJan 15, 2026
awardAwarded to GRIFFITH CONTRACTING, LLC Broken Arrow OK USAFeb 10, 2026
expiryArchive DateJan 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3029 71 FTW CVC

Point of Contact

Name
Betty S. Kliewer

Place of Performance

Enid, Oklahoma, UNITED STATES

Official Sources