30 CES - B870 Asbestos / Lead Abatement
ID: FA461025Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

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 seeking qualified contractors for asbestos and lead abatement services at Building 870, Vandenberg Space Force Base in California. The project involves the removal of Class II non-friable asbestos from vinyl flooring and lead-based ceramic wall tiles, with a total area of approximately 4,516 square feet, and requires compliance with federal, state, and local environmental regulations. This abatement is critical to meet contractual obligations for relocating personnel by the end of September 2025, necessitating a swift completion timeline of 60 days. Interested small businesses must submit their quotations by June 11, 2025, with a site visit scheduled for May 28, 2025, and can direct inquiries to Greg Caresio at gregory.caresio.1@spaceforce.mil or TSgt Mark Wheeler at mark.wheeler.10@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an Asbestos/Lead Abatement Request for Information (RFI) detailing inquiries from contractors regarding an upcoming abatement project at Vandenberg Space Forces Base. Key points include the absence of usable asbestos and lead surveys, the necessity for contractors to investigate materials thoroughly, and the inclusion of both restrooms in the scope of work. The project involves the removal of 2,016 square feet of vinyl floor tiles and 2,500 square feet of lead-based ceramic wall tiles. Contractors are instructed on facility usage, including responsibility for their restroom facilities and the need to confirm utility availability during project scheduling. The document clarifies that a third-party Industrial Hygienist will only be required for final clearances, not throughout the abatement process. There is a note about potential delays due to security procedures when accessing the site. Overall, the RFI seeks to clarify technicalities to ensure compliance and effective management during the abatement activities in adherence to environmental safety standards.
    The document is an Asbestos/Lead Abatement Request for Information (RFI) detailing inquiries from contractors regarding an upcoming abatement project at Vandenberg Space Forces Base. Key points include the absence of usable asbestos and lead surveys, the necessity for contractors to investigate materials thoroughly, and the inclusion of both restrooms in the scope of work. The project involves the removal of 2,016 square feet of vinyl floor tiles and 2,500 square feet of lead-based ceramic wall tiles. Contractors are instructed on facility usage, including responsibility for their restroom facilities and the need to confirm utility availability during project scheduling. The document clarifies that a third-party Industrial Hygienist will only be required for final clearances, not throughout the abatement process. There is a note about potential delays due to security procedures when accessing the site. Overall, the RFI seeks to clarify technicalities to ensure compliance and effective management during the abatement activities in adherence to environmental safety standards.
    The document outlines a Request for Quotation (RFQ) for asbestos and lead abatement services at Vandenberg Space Force Base (SFB), California. Issued on May 19, 2025, the solicitation seeks quotes from potential vendors, with an anticipated award date of June 17, 2025. A site visit is scheduled for May 28, 2025, and interested parties must arrange base access by May 23, 2025. This RFQ is exclusively for small businesses, with a size standard of $25 million. The primary evaluation criteria for award include price, technical capability, and delivery schedule, favoring the lowest priced quote that meets technical requirements. The document emphasizes that the government bears no responsibility for costs incurred in response to the RFQ and reserves the right to cancel the solicitation without reimbursement obligations. Interested parties are encouraged to submit questions by June 2, 2025, with quotations due by June 11, 2025. Contact information for the contracting specialists is provided for further inquiries. The RFQ aligns with federal acquisition regulations, prioritizing small business participation in providing necessary abatement services at the base.
    The Statement of Work (SOW) FA4610-25-Q-XXXX outlines the requirements for asbestos and lead abatement in Building 870 at Vandenberg Space Force Base, California. The contractor is responsible for removing Class II Non-friable asbestos-containing materials from 2,016 square feet of vinyl tiles and lead-based glazed ceramic wall tiles across 2,500 square feet of the facility. Key tasks include preparing containment areas, conducting safe removal and disposal, and ensuring compliance with relevant federal, state, and local regulations, including NESHAP and OSHA standards. The project must adhere to a strict timeline of 60 days post-contract award, maintain safety through personal protective equipment (PPE), and utilize third-party industrial hygiene services for air monitoring. Additionally, contractor personnel must follow rigorous security protocols on base. Deliverables include an Asbestos Abatement Plan, compliance with local environmental regulations, and electronic invoicing through the Wide Area Workflow system. The focus of this initiative reflects the government's commitment to environmental safety and public health, ensuring that hazardous material abatement is executed effectively and legally.
    This government document outlines a Request for Quotation (RFQ) from the 30th Contracting Squadron at Vandenberg SFB for asbestos and lead abatement services. It includes specific instructions for contractors, emphasizing the need for compliance with federal, state, and local regulations, particularly regarding the handling of hazardous materials. The RFQ lists detailed line items for various abatement tasks, including asbestos removal, preparation of containment areas, and air sampling by certified third-party technicians. Contractors are required to provide necessary documentation and maintain valid System for Award Management (SAM) registration for contract eligibility. The document also specifies payment terms, estimated performance periods, and identification requirements for contractor personnel accessing military installations. The overall aim is to ensure safe and compliant abatement of hazardous materials in accordance with established safety standards.
    The document FA461025Q0043 outlines federal procurement clauses relevant to contracts with the Department of Defense (DoD). It incorporates mandatory clauses addressing various compliance issues, including the treatment of former officials, whistleblower rights, and safeguarding sensitive information to prevent cybersecurity risks. The clauses also address procurement restrictions regarding entities linked to the Maduro regime and those in the Xinjiang Uyghur Autonomous Region. Additionally, it specifies regulations for payment processes through the Wide Area Workflow (WAWF) system, requiring contractors to adhere to electronic submission guidelines for payment requests. Furthermore, the clauses necessitate submissions of representations and certifications, which provide detailed information about the offeror’s qualifications and compliance with various federal regulations, including those concerning small businesses and labor standards. The primary purpose of this document is to establish a clear framework for federal contracting, ensuring compliance with legal and ethical standards while detailing required actions for contractors engaging with federal entities. Overall, it reflects the government's commitment to transparency, accountability, and compliance in federal procurement processes.
    The document details Wage Determination No. 2015-5647 from the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements for service contracts under the Service Contract Act, particularly in California's Santa Barbara County. It specifies wage rates based on job classifications, emphasizing compliance with Executive Orders 14026 and 13658, mandating $17.75 and $13.30 minimum hourly rates respectively. Contracts entered post-January 30, 2022, require the higher rates for applicable occupations, while historical contracts have lower thresholds unless updated. Additionally, the document outlines obligatory fringe benefits such as health and welfare contributions, vacation time, and paid holidays, establishing a comprehensive benefits structure for employees. It mandates specific reporting processes for unlisted job classifications and sets authorities for wage adjustments through the conformance process. The determination serves as a critical resource for government contractors, ensuring wage compliance and worker protection, while also facilitating transparency and consistency in wage-related governance.
    The Statement of Work (SOW) for Building 870 at Vandenberg Space Force Base outlines the required services for asbestos and lead abatement. The contractor will address Class II non-friable asbestos from vinyl flooring and lead-containing ceramic wall tiles across specified areas, ensuring compliance with federal, state, and local environmental regulations. Key tasks include preparing containment areas, safely removing hazardous materials, and ensuring proper disposal at state-approved landfills. The project demands a 60-day completion timeline, with duties requiring adherence to safety protocols and thorough clean-up procedures to minimize health risks. A firm-fixed price contract will be awarded, with an emphasis on coordination with local health and environmental agencies. Additionally, third-party oversight for air quality monitoring is mandated during and after abatement activities. The document provides specifics on personnel requirements, operational hours, invoicing, and security protocols, indicating a structured approach to managing hazardous material remediation in a regulated environment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    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.
    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.
    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.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Dorm 742 Renovation
    Dept Of Defense
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.