UPH Asbestos Abatement
ID: 31040Q250000112Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE PORTSMOUTH(00027)PORTSMOUTH, VA, 23704, USA

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF POLLUTION ABATEMENT AND CONTROL FACILITIES (Z2NC)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the UPH Asbestos Abatement project at Base Portsmouth, Virginia. The project involves the removal of asbestos-containing materials from approximately 640 square feet in Rooms E121 and E122, requiring adherence to OSHA and EPA regulations throughout the abatement process. This initiative is crucial for maintaining health and safety standards within military facilities, ensuring compliance with environmental protection protocols. Interested contractors are encouraged to arrange a site visit and must submit their bids following the guidelines outlined in the attached Statement of Work. For inquiries, contact Keasha Colvin at Keasha.M.Colvin@uscg.mil or 757-295-2227, or Keven Weaver at Keven.D.Weaver@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The FAC 2023-06 document provides essential instructions for offerors participating in federal acquisitions of commercial products and services. It outlines requirements related to the North American Industry Classification System (NAICS) codes and small business size standards, emphasizing criteria for small business participation, particularly in set-aside and sole-source awards. The document details required submissions, including signed offers, technical descriptions, pricing, and certifications, while stipulating consequences for incomplete submissions. It elaborates on evaluation criteria, highlighting price, technical capability, past performance, and delivery time. Additionally, the document includes provisions for contract terms, such as acceptance criteria, dispute resolution, and invoicing requirements. Moreover, it covers crucial compliance aspects, such as certifications regarding tax liabilities, disadvantaged business status, and adherence to foreign and domestic content restrictions. Overall, this guidance serves as a vital framework for conducting fair and transparent government procurement processes, promoting small business and economic equity in federal contracting.
    The document outlines the procedures and requirements for federal and state grant and Request for Proposal (RFP) submissions involving the federal government. It emphasizes the importance of adherence to specific guidelines for applicants seeking funding. Key sections detail eligibility criteria, application processes, necessary documentation, and evaluation parameters. The document serves as a guide for potential applicants, elucidating various grant opportunities and their associated funding limits. It highlights requirements for project descriptions, budget justifications, and timelines, underscoring the need for clarity and comprehensiveness in proposal submissions. The focus is on ensuring transparency, accountability, and alignment with governmental priorities, fostering effective partnerships between funding agencies and grantees. By clarifying expectations and processes, the document aims to enhance the quality of proposals and promote successful outcomes for funded projects. Overall, it supports the federal government's goal of optimizing the use of public resources through efficient grant allocation and project execution.
    The United States Coast Guard's Scope of Work (SOW) for UPH Asbestos Abatement outlines the requirements for removing asbestos-containing materials at Base Portsmouth, specifically within 640 square feet in Rooms E121 and E122 of the Unaccompanied Personnel Housing East Wing. The abatement contractor must follow all applicable OSHA and EPA regulations throughout the process. Key tasks include developing an abatement plan, establishing a regulated work area, conducting air monitoring, and ensuring the safe removal and disposal of ACM. Contractors are encouraged to conduct a site visit to confirm project specifics before bidding. Additional responsibilities include maintaining insurance, ensuring personnel training, and upholding safety regulations. The project is expected to be completed within four days of the Notice to Proceed, and payment will occur upon project completion and documentation submission. The document emphasizes maintaining health, safety, and environmental compliance, necessitating pre-reviews of contractor plans with designated Base officials. Overall, it serves as a comprehensive guide for contractors while highlighting the Coast Guard's commitment to environmental protection and safety standards.
    Lifecycle
    Title
    Type
    UPH Asbestos Abatement
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    Emergency Response Basic Ordering Agreement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    USCG Aids To Navigation Station New York Flooring
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and installation of epoxy flooring at the Aids To Navigation Station in Bayonne, New Jersey. The project involves maintenance work categorized under the NAICS code 236118, which pertains to residential remodelers, and the PSC code Z1AA, related to the maintenance of office buildings. This flooring installation is crucial for ensuring safe and functional operational spaces within the facility. Interested contractors can reach out to Jeff Center at Jeffery.A.Center2@uscg.mil for further details regarding the solicitation.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Shipbreaking of USCG 160' Inland Construction Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking interested vendors for shipbreaking services to dispose of up to 160’ Inland Construction Tenders deemed excess, located between St. Louis, Missouri, and Mobile, Alabama. The procurement involves dismantling, demilitarizing, and recycling or disposing of the vessels in compliance with local, state, and federal regulations, including the appointment of an Environmental Manager and adherence to stringent environmental protection measures. This opportunity is crucial for maintaining the USCG's operational efficiency and environmental responsibility. Interested firms must respond to the Sources Sought Notice by January 9, 2026, providing detailed information about their capabilities and past performance to Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil.