Mold and Asbestos Remediation at Vance AFB F713-111
ID: 208018-BK-111Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SoW) outlines the requirements for mold and asbestos remediation in Room 111, Facility 713, at Vance Air Force Base, Oklahoma. The project, identified as FP1024139, involves the abatement of asbestos, mold, and mildew, along with the demolition of interior fixtures and finishes. The contractor is responsible for providing all necessary supervision, labor, equipment, and materials, coordinating closely with ASRC Federal Field Services (AFFS) Construction Management. Key aspects include adherence to strict safety protocols for hazardous material handling and disposal, compliance with environmental regulations (e.g., Oklahoma Asbestos Control Act, OSHA, NESHAP), and obtaining required certifications and approvals. The total performance period is 75 calendar days, with a 45-day non-performance period for mobilization and material lead time, and a 30-day performance period for work completion. The contractor must submit various documents, including a bid form, asbestos work plan, and air quality reports, and is subject to inspections by AFFS Construction Management. The project aims to restore the room to a complete and usable finished product, ensuring the safety of personnel and compliance with all applicable standards.
    This document outlines the General Provisions and FAR Flowdown Provisions for Commercial Items under a U.S. Government Prime Contract for ASRC Federal Holding Company and its subsidiaries (BUYER) and their SELLERs. It establishes the contractual framework, legal compliance, and operational requirements for subcontracts supporting U.S. Government prime contracts. Key sections cover contract formation, applicable laws (Maryland state law and federal common law for government contracts), assignment and subcontracting rules, changes, commercial computer software rights, communication with BUYER's customer, compliance with various federal laws (e.g., Fair Labor Standards Act, OSHA, EEO), confidentiality, contract direction, default, definitions, dispute resolution, BUYER's property, export control, gratuities and kickbacks, indemnification, independent contractor relationship, inspection and acceptance, insurance, intellectual property, language standards, limitation of funds, new materials, packing and shipment, payments, precedence, priority rating, quality control, release of information, severability, stop work orders, survivability, termination for convenience, timely performance, use of information, waivers, approvals, and warranties. Additionally, it incorporates various FAR, DFARS, and other agency FAR supplement clauses by reference, detailing their applicability based on contract value or specific conditions, and includes SELLER certifications and representations regarding federal transactions, responsibility matters, and affirmative action compliance.
    This government file, "Non-Commercial Products and Services Representations and Certifications (PR-TMP-25)," is a mandatory form for offerors/sellers seeking procurement funded under U.S. Government contracts with ASRC Federal and its Subsidiaries. It ensures compliance with federal policies and regulations. The document requires offerors to certify their business information, size status, and socio-economic categories. It also mandates disclosures regarding executive compensation, lobbying activities, and internal confidentiality agreements. Additionally, the form addresses prohibitions on contracting with entities using certain telecommunications equipment, those involved in debarment or suspension, and those engaging in specific activities related to Iran. Certifications for child labor, recovered materials, Buy American Act, and Trade Agreements are included. Cost Accounting Standards (CAS) notices and certifications are required for contracts exceeding $2.5 million, with specific exemptions and submission requirements. Failure to complete this form accurately may lead to the rejection of bids or proposals.
    The "Vendor Authorization Request - Domestic Instructions" document outlines the process for ASRC Federal and its subsidiary vendors to register and maintain their information within the Costpoint system. It details requirements for taxpayer identification (EIN, SSN, ITIN), legal and business names, and contact information, emphasizing the importance of accurate data for payment and compliance. Vendors must provide identifiers like UEI, DUNS, and CAGE codes. The document also explains entity types, classifications, and business size, noting specific payment terms for large (Net 45) and small (Net 30) businesses. It provides extensive guidance on exemptions from backup withholding and FATCA reporting, referencing IRS Form W-9. Electronic payments are facilitated through Corpay Payment Automation, requiring initial paper check receipt. The document includes forms for new vendor authorization and modifications to existing records, requiring certified digital or wet ink signatures for certification.
    The document outlines various government filings and reporting requirements, potentially related to federal grants, RFPs, or state/local RFPs. It lists numerous sections and subsections, each corresponding to a specific type of information or compliance area. Key themes include general reporting, financial declarations, operational details, and regulatory adherence. The file appears to be a structured checklist or table of contents for a comprehensive submission, detailing different forms, statements, and supporting documentation needed for government-related projects or programs. The intricate numbering and seemingly disparate entries suggest a highly detailed and multi-faceted compliance framework.
    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.
    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.
    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.
    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.
    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.
    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 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.
    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.