30 CES Demolition Services for Buildings 533 and 541
ID: FA461025Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide demolition services for Buildings 533 and 541 at Vandenberg Space Force Base in California. The project requires the complete demolition of the specified buildings, including the removal of structures, foundations, and associated equipment, while ensuring compliance with environmental regulations and handling any hazardous materials such as asbestos and lead-based paint. This procurement is significant as it aligns with the Air Force's commitment to maintaining safe and environmentally responsible practices during facility management. Interested contractors should contact Andrew Gabel at andrew.gabel@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further details, with an estimated contract value between $500,000 and $1 million and a performance period of 240 days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to contain confidential and potentially corrupted data, making it difficult to ascertain its specific purpose or detailed content. It seems to relate to government requests for proposals (RFPs), federal grants, or state and local RFPs. Key potential elements could include project outlines, eligibility criteria, funding allocations, or application guidelines for different government initiatives. Due to the extensive corruption throughout the file, including unreadable characters and fragmented contexts, critical information about specific projects, timelines, and stakeholder responsibilities is lost. Consequently, any clear main topic, key ideas, or supporting details remain elusive, rendering the document ineffective for further analysis or actionable insights. The preservation of essential information about government processes, funding opportunities, or related compliance measures may be intended but is ultimately compromised by the corrupted format.
    The document outlines the seed mix requirements for landscaping projects at Vandenberg Air Force Base, particularly for restoration sites in wildlands. It emphasizes the use of specific seed origins from the California Central Coast, ideally close to Santa Barbara County, to ensure successful plant establishment. The recommended mix includes a sterile annual to prevent non-native plant growth, along with a selection of three annuals and three deeper-rooted perennials for long-term stability. The basic mix consists of species such as Triticale and small lupine, while the perennial options include California broom and blue wildrye. Any substitutions to the prescribed mixes must receive prior approval from the 30 CES/CEIEA. This document serves as guidance for contractors involved in federal projects, aiming for sustainability and compatibility with local ecosystems.
    This document serves as an addendum to the FAR 52.212-2 provision regarding contract evaluations for commercial products and services. It outlines the criteria used by the Government to select the most advantageous offer, which includes evaluating three main factors: price, technical capability, and past performance. Offerors must submit a technical narrative detailing their technical capabilities in line with the provided Scope of Work, limited to 20 pages. The relative importance of the technical capability and past performance is approximately equal to that of cost. The document clarifies that an award or acceptance of an offer, communicated in writing to the successful offeror, results in a binding contract without further action necessary from either party, provided no notice of withdrawal is received before the award. This addendum emphasizes the structured approach to evaluating proposals in the context of federal solicitations, ensuring that the Government awards contracts based on a holistic assessment of subjective and objective factors.
    The document outlines the general requirements for a demolition project at Vandenberg Air Force Base, California, specifically targeting buildings 533, 541, 886, 887, and 888. Key elements include contractor responsibilities such as securing necessary permits, ensuring security clearances, coordinating utility services, and adhering to safety and environmental regulations. The construction site will be unoccupied, necessitating pre-coordination to avoid disruption. Working hours are set, with the possibility of adjustments if organized in advance. The contractor must manage potential work stoppages and is responsible for maintaining safety during operations, including the handling of hazardous materials. Additionally, detailed documentation, including approved AF Form 103 for work clearance, is mandatory before any tasks commence, highlighting the importance of compliance with Air Force and OSHA standards. The project emphasizes accountability in utilizing resources, ensuring project completion, and adhering to precise GPS specifications for geospatial data collection. Compliance and coordination with various departments are reiterated throughout, underlining the structure's requirements aimed at successful project execution.
    The Performance Work Statement (PWS) outlines the requirements for the demolition of vacant Buildings 533 and 541 at Vandenberg Air Force Base, CA. The contractor must provide all necessary labor, materials, and supervision for the demolition process, which includes removing the buildings' structures, foundations, and associated equipment, while also addressing any asbestos-containing materials (ACMs) and lead-based paint (LBP) in accordance with relevant regulations. Key tasks include the demolition of exterior and interior walls, slabs, and landscaping. The contractor is required to coordinate with certified asbestos consultants for pre-demolition surveys and plan the abatement of any hazardous materials. All recyclable materials must be returned to the Air Force and disposed of through the Vandenberg Recycling Center. A contract performance period of 240 days is mandated, and the contractor must submit various plans and reports, including safety and environmental protection plans, progress schedules, and daily logs. Environmental compliance is emphasized, particularly regarding timing during the bird non-nesting season. This project reflects the federal government's commitment to safe demolition practices and regulatory adherence within military installations.
    The XUMU 13-1066 Environmental Specification outlines comprehensive environmental protection requirements for contractors engaged in construction projects at Vandenberg Air Force Base (VAFB). The document emphasizes adherence to federal, state, and local regulations regarding environmental management, including waste disposal, pollution prevention, and protection of natural resources. Key sections cover definitions of hazardous materials, environmental compliance protocols, and responsibilities for managing air and water quality, solid waste, and hazardous substances. Contractors are required to submit various reports, ensure proper training for personnel, and appoint an Environmental Manager responsible for regulatory compliance. Specific measures for solid waste management, erosion and sediment control, and the protection of historical and cultural resources are detailed. The specifications highlight the necessity for early coordination with environmental regulatory agencies and emphasize that the government does not assume responsibility for contractor-generated hazardous materials. This structure simplifies the contractor’s obligations to maintain environmental standards throughout the project lifecycle, assuring sustainable practices and promoting ecological integrity at VAFB.
    The document addresses a government Request for Proposal (RFP) for demolition services concerning buildings 886, 887, and 888. Key points include specifications for site restoration, project timelines, and requirements for protection of adjacent structures, as no protection is necessary. The expected start date is within four weeks of the award, with a performance period of 240 days. Detailed clarifications highlight that there are no current as-built drawings for underground utilities, and the contractor must handle topsoil imports for hydroseeding. Additional critical information includes the absence of requirements for biological, archaeological, or UXO monitoring. The estimated contract value for demolishing the specified buildings is between $500,000 and $1,000,000. Performance and payment bonds will be mandatory within 14 days post-award. Specifications for past performance submissions and clarification regarding the Contract Line Item Numbers (CLINs) related to the demolitions are also provided. Overall, the Q&A outlines necessary actionable details and expectations for interested contractors, emphasizing accountability and compliance with established guidelines.
    The document serves as a solicitation for a federal contract aimed at accomplishing the demolition of Buildings 533 and 541 at Vandenberg Space Force Base. It outlines essential procurement information, including requisition and solicitation numbers, submission deadlines, and the point of contact for inquiries. The total award amount for the project is estimated at $19 million, with specifications requiring contractors to provide necessary tools, materials, and supervision for the demolition tasks. The solicitation adheres to government regulations related to small business participation, indicating set-asides for women-owned small businesses (WOSB), service-disabled veteran-owned small businesses (SDVOSB), and economically disadvantaged women-owned small businesses (EDWOSB). The contract emphasizes compliance with various federal acquisition clauses, including those related to payment processing, safety requirements, and environmental considerations. Additionally, it includes guidelines for invoicing via the Wide Area Workflow (WAWF) system. The document is structured to provide all necessary contractual obligations, compliance requirements, and procurement policies effectively to offerors, ensuring alignment with federal standards and empowering qualified businesses to bid on this significant federal project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 seeking qualified contractors to provide demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The project entails comprehensive demolition, including the removal of hazardous materials such as asbestos and lead-based paint, with a focus on adhering to federal and state safety and environmental regulations. This procurement is part of a total small business set-aside initiative, with an estimated contract value between $500,000 and $1 million, and proposals are due by March 3, 2025. Interested contractors can reach out to Andrew Gabel at andrew.gabel@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further information.
    Demolition Bldg. 404, Offutt AFB, NE
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the demolition of Building 404 at Offutt Air Force Base in Nebraska. This project involves the complete removal of all structural and non-structural components, with potential requirements for asbestos and lead remediation. The contract, which is set aside for small businesses, has a budget ranging from $1,000,000 to $5,000,000 and is expected to be completed within 180 days. Interested contractors must be registered in the System for Award Management (SAM), with the Invitation for Bid (IFB) anticipated to be published no earlier than March 19, 2025, and closing around April 18, 2025. For further inquiries, contractors can contact Blaine Terry at blaine.terry.2@us.af.mil or by phone at 402-232-2517.
    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.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to enhance various infrastructure aspects, specifically targeting 8(a) Business Development participants, with a total ceiling of $525 million over five years and individual task orders ranging from $2,000 to $25 million. The procurement emphasizes the importance of small business participation and compliance with federal labor laws, including wage determinations under the Davis-Bacon Act. Interested contractors must submit their proposals by the specified deadlines, with a pre-proposal conference scheduled for February 20, 2025, and proposals remaining valid until September 30, 2025. For further inquiries, potential bidders can contact Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the demolition of Buildings 12 and 13 at the 183rd Wing in Springfield, Illinois. This project is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of 180 days from the notice to proceed. The work involves safely removing the buildings, including the abatement of asbestos and dismantling of associated utilities, while adhering to environmental regulations and safety standards. Interested contractors must submit their bids by March 20, 2025, following a pre-bid conference on March 5, 2025, and are encouraged to direct any questions to the contracting officers via email by March 13, 2025. For further information, contractors can contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving essential utilities and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value ranges from $1 million to $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further details.
    Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to undertake repairs on Buildings 1508 for the Space Control Facility and 1559 Admin Area located in Lompoc, California. The project involves the repair or alteration of office buildings, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction. This procurement is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in fulfilling government contracts. Interested parties should reach out to the primary contact, Kristian Martin Perlas, at 195wg.fal.msc.contracting.org@us.af.mil, or the secondary contact, Carmen Ridener, at 195WG.FAL.MSC.Contracting.Org@us.af.mil, for further details regarding the solicitation process.
    A&E Demo Bldg 1503/Renovate Bldg 833
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms for the demolition of Building 1503 and the renovation of Building 833 at Maxwell Air Force Base in Alabama. The selected contractor will be responsible for providing comprehensive design documents, including construction drawings, specifications, and cost estimates, while ensuring compliance with applicable building codes and environmental standards. This procurement is crucial for enhancing base facilities and meeting operational needs through thorough technical assessments and contractor qualifications. Proposals are due by March 21, 2025, with an estimated contract value ranging from $25,000 to $100,000, and interested firms must be located within a 250-mile radius of the base and registered in SAM.gov. For further inquiries, contact Kemeshia Smith at kemeshia.smith@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.
    16 EWS Landscape Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a landscaping maintenance project at Peterson Space Force Base in Colorado, titled "16 EWS Landscape Maintenance." The project entails revamping the landscaping around Building 2027, which includes the installation of at least six native trees, eight native shrubs, a seating area for 20 people with picnic tables and shading structures, and a cell phone storage unit with lockable compartments. This initiative aims to enhance the functionality and aesthetics of outdoor spaces on the base, reflecting a commitment to improving communal areas. Interested contractors can reach out to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, with the project completion deadline set for January 22, 2025.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.