Removal of Asbestos Containing Material and Storage Container Bldg 14529
ID: FA524025S3000Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, 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 contractors for the removal of asbestos-containing materials and a storage container located at Building 14529, Andersen Air Force Base, Guam. The primary objective of this procurement is to ensure the safe disposal of identified asbestos materials in compliance with health and safety regulations, particularly following the discovery of these materials post-Typhoon Mawar. Interested parties are encouraged to submit their qualifications and capabilities by February 14, 2025, to the designated contacts, Ethan Langas and Nathaniel D. Entilla, via email. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 562910 for Remediation Services.

    Files
    Title
    Posted
    The document pertains to the storage of asbestos-containing materials located in building BLDG 14529. It specifies the storage cabinet's dimensions as 8.7 feet in length, 7 feet in width, and 7.2 feet in height. Notably, the cabinet is positioned on the right side near the building's rear and is equipped with polyethylene bags clearly marked for asbestos containment. Two photographs accompany the text, illustrating the cabinet's location and contents. This information is relevant for compliance with health and safety regulations regarding hazardous materials, emphasizing the importance of proper storage and labeling to prevent risks associated with asbestos exposure, particularly in the context of government RFPs and grants that may involve renovation or maintenance of the building.
    The document pertains to Maxar and specifies the location details for AAFB Main Gate, Building 14529. While it lacks extensive content that outlines particular RFPs or grants, it is indicative of a formal identification of a site relevant to federal or state project initiatives. This information plays a role in identifying and designating physical locations tied to government operational functions, potentially in a context of contracts related to satellite imagery or geospatial services. The succinct nature of the document suggests it serves as an administrative or logistical reference rather than containing in-depth project descriptions or specific funding opportunities. Emphasis on clear location identification is vital for coordination and planning within government procurement processes, illustrating the importance of precise location data in relation to federal operations.
    This document is a Performance Work Statement (PWS) for the removal and disposal of a storage container and its asbestos-laden contents from Andersen Air Force Base (AAFB), Guam. The contractor is tasked with safely handling polyethylene bags labeled as containing asbestos, which must be transported to a regulated United States landfill. The project has arisen following the discovery of this container post-Typhoon Mawar and aims to comply with Guam and U.S. environmental regulations. The contractor is responsible for all aspects of the removal, including repackaging if necessary, and must maintain thorough documentation, including shipping manifests and landfill acceptance paperwork. The period of performance is mandated to be completed within four months of contract award. Quality control measures are emphasized, with government oversight during the contract's execution, ensuring that all materials are handled per applicable regulations. The PWS details contractor responsibilities, including the provision of necessary materials, equipment, and compliance documentation. The selected contractor must have the appropriate certifications to handle hazardous waste, highlighting the importance of safety and environmental standards in the execution of this task.
    The Sources Sought Notice FA524025S3000 is a market research announcement by the federal government to gather information regarding contractors capable of removing asbestos-containing materials at Andersen Air Force Base, Guam. This notice does not constitute a formal solicitation, nor does it guarantee the issuance of a contract, but it aims to assess the level of interest and capability among potential vendors. Interested parties must provide details about their company, including size, contact information, and relevant expertise, to assist the government in understanding the available resources for this project. All submissions should be directed to the designated contacts via email, and responses must not include formal proposals or requests for further information. The deadline for submitting responses is February 14, 2025. The overall objective of the project is to ensure safe disposal of identified asbestos materials in compliance with regulatory standards. This notice reflects the government's commitment to health and safety by managing hazardous materials effectively while exploring potential contractor participation in the forthcoming acquisition.
    Lifecycle
    Similar Opportunities
    Asbestos, Carpet, and Furniture removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract involving the removal of asbestos, carpet, and furniture at Beale Air Force Base in California. The project entails the removal of existing carpet, installation of new carpet, relocation and storage of furniture, and abatement of asbestos-containing materials in designated areas, all while adhering to federal, state, and local safety standards. This initiative is crucial for maintaining a safe and updated facility environment, reflecting the Air Force's commitment to compliance and operational efficiency. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 25, 2025, with project performance expected between February 19 and May 31, 2025. For further inquiries, potential contractors can contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil.
    36 MXS - Shop Equipment Inspection, Service, Maintenance & Repair (ISMR) (Andersen AFB, Guam)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the inspection, service, maintenance, and repair (ISMR) of shop equipment at Andersen Air Force Base in Guam. The procurement aims to establish a Firm-Fixed Price and Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will include a 12-month base period and potential four-year extensions, ensuring operational reliability and safety of maintenance capabilities. Interested vendors are encouraged to review the attached Performance Work Statement and submit their capabilities by February 7, 2025, with all responses directed to the primary contact, Lee Michael D. Rosario, at leemichael.rosario@andersen.af.mil or by phone at 671-366-1723. This opportunity is set aside for small businesses under the SBA guidelines.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves located in Building 1941 at Shaw Air Force Base in South Carolina. This procurement aims to secure a firm fixed price contract, estimated at $34 million, and is set aside for Women-Owned Small Businesses (WOSB) under the Requisition Number FA480325Q0014. The project emphasizes compliance with federal regulations regarding safety, environmental standards, and the proper handling of hazardous materials, ensuring that contractors meet specific representations and certifications. Interested bidders should contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further details and to confirm submission deadlines.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    F108--Asbestos Abatement Canteen Areas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an asbestos abatement project in the canteen areas of the Fayetteville VA Medical Center, specifically in Building 3. The project involves the removal and disposal of asbestos-containing materials (ACMs) and is structured to minimize disruption through a phased approach, ensuring compliance with all applicable regulations, including air quality monitoring and visual inspections by an independent third party. This initiative is crucial for maintaining a safe environment for veterans and staff, with an estimated contract value between $100,000 and $250,000, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their bids electronically by February 11, 2025, at 10 AM EST, with the bid opening occurring the same day at 11 AM EST; for further inquiries, contact Contracting Officer Angelo Harris at angelo.harris@va.gov or 910-488-2120.
    FY25 MCON P-693 PDI: GUAM DEFENSE SYSTEM, COMMAND CENTER, JOINT REGION MARIANAS, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for the construction of the Command Center as part of the FY25 Military Construction Project P-693 for the Guam Defense System at Andersen Air Force Base, Guam. This project encompasses the construction of a secure facility that integrates command and control operations, power generation, and cybersecurity measures, with a total estimated cost ranging from $250 million to $500 million. The procurement is critical for enhancing military infrastructure and operational readiness in the Pacific region, adhering to stringent safety, environmental, and security standards. Interested contractors must submit their proposals, including technical and price documents, by January 9, 2025, and can direct inquiries to Dayna Matsumura at dayna.n.matsumura.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    36 CS - Base Cell Phone Services (Andersen AFB, Guam)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified vendors to provide base cell phone services at Andersen Air Force Base (AAFB) in Guam. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Wireless Devices and Services (WDS), ensuring reliable telecommunications for DoD personnel both domestically and internationally. This initiative is critical for maintaining effective communication capabilities, with an emphasis on high service standards, cost-effectiveness, and compliance with DoD directives. Interested parties should review the attached Performance Work Statement and submit their responses by February 7, 2025, to the designated contacts, Lee Michael D. Rosario and Gerardine Mendiola, at the provided email addresses.
    Lead & Asbestos Abatement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide lead and asbestos abatement services at the Coast Guard Yard in Baltimore, Maryland. The procurement involves the removal of chrysotile asbestos and lead from designated areas, ensuring compliance with OSHA, EPA, and local regulations, while establishing a robust quality control program that includes daily reports and visual inspections. This project is critical for maintaining safety and environmental standards, with work expected to commence on February 10, 2025, and to be completed within 15 calendar days. Interested vendors must submit their quotes to Shannon Carter via email by February 7, 2025, at 5:00 PM (Eastern), referencing solicitation number 2125405Y6174M74002.
    ZUA Facility Carpeting Improvements "Infrastructure Investment and Jobs Act"
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZUA Facility Carpeting Improvements project in Barrigada, Guam, funded under the Bipartisan Infrastructure Law. The project involves the removal and replacement of carpet tiles in the administrative wing and specialized rooms of the FAA Enroute facility, with a focus on minimizing disruption to operations and adhering to strict safety and security protocols. Contractors must comply with federal regulations, including wage determinations and reporting requirements, and are required to submit sealed bids by February 14, 2025, following a mandatory site visit on January 15, 2025. For further inquiries, interested parties can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.