Mold and Asbestos Remediation Vance AFB F713-112
ID: 208017-BK-112Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    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.
    Demo B6119
    Dept Of Defense
    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. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, 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.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, 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.