Demo B6142
ID: FA46612526Q0006Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The 7 CONS/PKA at Dyess AFB, TX, issued RFQ ID# FA46612526Q0006 for a Firm-Fixed Price (FFP) contract. The solicitation, issued on November 20, 2025, requires proposals to be submitted via email by December 12, 2025, at 12:00 p.m. (CST). An optional site visit is scheduled for December 5, 2025, at 1:00 p.m., with RSVPs due by November 26, 2025. Questions are due by December 8, 2025. Offers will be evaluated based on best value, considering schedule, technical approach, and price. Key attachments include the Statement of Work and Sections L & M, which detail submission and evaluation criteria. The document also includes various FAR and DFARS clauses, notably regarding supply chain security, payment instructions, and offeror representations and certifications, with a 20-page limit for submissions.
    The AF Form 3064,
    The Contract Progress Report for Project #FNWZ 17-0021A, "Demo Bldg 6142," details the work elements and their respective percentages of the total job for contractor One Great Mystery Construction, Inc. Covering the period from x/xx/2021 to x/xx/2022 under Contract No. FA4661-, with a completion date of x/xx/2022, the report lists 37 work elements, each representing 1% or 1.5% (for O&M, As-Builts, & Closeout) of the total job. Cumulatively, these elements total 37.50%. As of this report, 0.00% of the work has been completed this period and cumulatively. The form indicates that this information may be used for computing progress payments at the Contracting Officer’s discretion. The report includes sections for certification by the contractor or Base Civil Engineer and review by the Contracting Officer.
    Attachment E, titled "PRICE BREAKDOWN BY DIVISION," is a pricing document for federal government RFPs, specifically FNWZ 21-0071 at Dyess AFB, TX. It details a contractor's cost breakdown across various construction divisions, categorizing expenses into labor, material, equipment, and subcontracting. The document outlines a total construction cost for "0001-Base Pricing, Item 1 – FNWZ 17-0021A – Demo Building 6142," with specific entries for Division 1 (General Conditions) and Division 3 (Concrete) showing costs, while most other divisions are currently listed as zero. It also provides notes explaining what each division typically includes, such as bonds, permits, demolition, concrete work, and various building systems. The document emphasizes that it is due no later than two hours after the official bid time, indicating its role in a time-sensitive bidding process.
    This government Scope of Work (SOW) outlines the complete demolition of Building 6142 (FNWZ 17-0021A) at Dyess AFB, Texas. The project involves removing the entire structure, including concrete slabs and foundations three feet below grade, and all associated interior and exterior components. Key requirements include pre-bid verification of existing conditions, adherence to all attached contract drawings and specifications, and strict compliance with base standard safety and OSHA guidelines. Critical environmental considerations include the removal and disposal of all asbestos and the assumption that all painted surfaces contain lead, necessitating appropriate worker protection. The contractor is responsible for locating all existing utilities, coordinating project activities to minimize disruption to neighboring facilities, and restoring disturbed areas with topsoil and grass seed. All work must conform to federal, state, and local environmental regulations, including waste management, resource protection, and air quality standards. The contractor must also comply with security requirements, obtain necessary permits, and manage all waste off-site while prioritizing source reduction, reuse, and recycling.
    Attachment D outlines the Independent Government Estimate for the demolition of Building 6142, specified as FNWZ 17-0021A. This project encompasses all necessary design, survey, labor, equipment, permits, abatement, and supervision to fully demolish the structure according to the provided drawings and specifications. The total contract performance time is set at 180 calendar days, which includes 5 anticipated weather days. No additional time for weather-related delays will be granted until these initial 5 days are exceeded and approved. The performance timeline also covers mobilization, submittal approval, abatement, the actual demolition work, system testing, and close-out documentation. This document serves as a detailed scope and timeline for the demolition project.
    This Wage Determination (No. 2015-5211, Revision No. 31, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract workers in Callahan, Jones, and Taylor Counties, Texas, under the Service Contract Act. It details different minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award/renewal date, with annual adjustments. The document specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation leave (2-4 weeks based on service), and eleven paid holidays. It also includes provisions for paid sick leave under Executive Order 13706. The file lists numerous occupation codes with corresponding hourly wage rates across various fields, from administrative support to technical occupations. Special footnotes address computer employees' exemption criteria and night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials for working with ordnance and uniform allowance requirements are also defined. The document concludes with the conformance process for unlisted job classifications.
    Lifecycle
    Title
    Type
    Demo B6142
    Currently viewing
    Solicitation
    Similar Opportunities
    Demo B6119
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.