Environmental Testing and Abatement RFI
ID: FA480924Q9999Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Environmental Testing and Abatement RFI: The DEPT OF THE AIR FORCE is seeking information and planning purposes for a potential small business set-aside program. The service being procured is a single contractor to provide both Environmental Testing and Abatement work in a single award IDIQ. This includes activities such as asbestos, lead-based paint, heavy metals, animal excrement, mold/mildew abatement, sampling, and inspection. The majority of the work will be at Seymour Johnson Air Force Base (SJAFB), with a small quantity of projects at Blakeslee Air Force Recreation Area (Kure Beach NC) and Dare County Range (Stumpy Point NC). Interested parties are requested to provide information on their company's business size, status, anticipated teaming arrangements, and description of similar services offered to the Government and commercial customers. The Government will use this information to determine its small business set-aside decision.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    30 CES - B870 Asbestos / Lead Abatement
    Buyer not available
    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.
    Solicitation Notice: Asbestos, Mold and Lead Abatement BPA at Ellsworth AFB, SD
    Buyer not available
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base, South Dakota, is seeking qualified small businesses to provide Asbestos, Mold, and Lead Abatement services under a Blanket Purchase Agreement (BPA). The procurement aims to establish one or more BPAs for the 28th Civil Engineer Squadron, with a projected five-year period of performance from July 1, 2025, to June 30, 2030, emphasizing the importance of environmental remediation services in maintaining safe and healthy facilities. Interested vendors must be certified as small businesses, registered in the System for Award Management (SAM), and submit their quotes by June 30, 2025, with all inquiries directed to Jason Wright or Laurie Lykken via email by May 30, 2025.
    Mold Remediation Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for mold remediation services at Dyess Air Force Base in Texas. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform mold remediation in accordance with the Statement of Work (SOW). This procurement is particularly significant as it aims to ensure a safe and healthy environment within military facilities, emphasizing the importance of compliance with federal regulations and standards. Interested parties must submit their offers by June 27, 2025, and are encouraged to attend a site visit on June 18, 2025, with prior RSVP required. For further inquiries, contact Reijo A. Rantala at reijo.rantala@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil.
    Mold Remediation Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for mold remediation services at Building 1602, Joint Base Andrews, Maryland, under solicitation number FA286025Q4012. The contractor will be responsible for inspecting, assessing, and performing biohazard removal, sanitization, and facilities remediation, including addressing mold and animal waste issues, while adhering to all applicable safety regulations and industry standards. This procurement is set aside exclusively for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to fostering opportunities for women-owned enterprises in the federal contracting space. Interested vendors must submit their proposals by June 27, 2025, and are encouraged to attend a site visit on June 18, 2025; for further inquiries, they can contact Paula Brown at paula.brown.15.mx@us.af.mil or Byron Howard at byron.howard.1@us.af.mil.
    Disposal of Hazardous, Non-Hazardous Waste, and Regulated Garbage Generated at Dover AFB
    Buyer not available
    The Department of Defense, through the 436 Contracting Squadron, is soliciting proposals for a Blanket Purchase Agreement (BPA) for the disposal of hazardous, non-hazardous waste, and regulated garbage generated at Dover Air Force Base (DAFB) in Delaware. The procurement aims to secure services for the collection, transportation, treatment, and disposal of various hazardous waste streams, with a critical emphasis on compliance with federal and state environmental regulations and safety protocols. This contract, valued at approximately $47 million, is essential for maintaining DAFB's operational integrity, particularly given its status as a large generator of hazardous waste from international flights. Interested parties, particularly small businesses, are encouraged to review the solicitation and submit proposals by the specified deadlines, with the period of performance set from July 1, 2025, to June 30, 2030. For further inquiries, potential bidders may contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or Victoria Barra at victoria.barra@us.af.mil.
    Environmental Fence-to-Fence for JBER, EAFB, CSFS & 611th CES Installations Located in Alaska, Hawaii, and Wake Island
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide Fence-to-Fence Environmental Services for various military installations, including Joint Base Elmendorf-Richardson (JBER), Eielson Air Force Base (EAFB), and Clear Space Force Station (CSFS) located in Alaska, Hawaii, and Wake Island. The contract will encompass a wide range of environmental compliance support activities, including hazardous waste management, air quality compliance, and pollution prevention, essential for meeting the requirements set forth by the Air Force Civil Engineer Center. This Total Small Business Set-Aside procurement is expected to be awarded in August 2025, with proposals to be submitted electronically via the PIEE Solicitation Module starting June 12, 2025. Interested parties can contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further information.
    Lead Paint Abatement at Fountain City Service Base Bldg # 2
    Buyer not available
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting quotes from small business contractors for lead paint abatement services at Building 2 of the Fountain City Service Base in Wisconsin. The project involves the safe removal of seven homemade shelving units, an interior metal door, and abandoned air exchanger ductwork, all contaminated with lead paint, with strict adherence to safety and environmental regulations. This contract, valued at less than $25,000, is a firm-fixed price and is set aside exclusively for small businesses under NAICS code 562910. Proposals must be submitted by June 26, 2025, and inquiries should be directed to John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614.
    Air Force Drug Testing Laboratory (AFDTL) Medical Waste and PII Disposal Services
    Buyer not available
    The Department of Defense, specifically the Air Force Drug Testing Laboratory (AFDTL), is seeking proposals for Medical Waste and Personally Identifiable Information (PII) Disposal Services through a combined synopsis/solicitation. The contract requires the disposal of approximately 1,000,000 urine samples annually, resulting in about 200,000 pounds of medical waste, and emphasizes secure handling and destruction of sensitive materials in compliance with federal regulations. This service is critical for maintaining operational integrity in drug testing operations for military personnel. Interested small businesses must submit their quotes by June 20, 2025, and are encouraged to direct inquiries to Jocef Hernandez at jocef.hernandez.2@us.af.mil or Theresa Jackson at theresa.jackson.5@us.af.mil.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
    Long Term Monitoring, Operation, and Maintanance- Enviornmental Services IDIQ
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking qualified small businesses to provide long-term monitoring, operation, and maintenance environmental services under a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will encompass a range of environmental services, including remediation, compliance, technical consultation, and site maintenance across multiple states in the NAVFAC Northwest area of responsibility, with a primary focus on Washington State. This procurement is crucial for ensuring environmental protection and compliance, with an estimated total capacity of $45 million over a potential duration of up to 60 months, including one base year and four option periods. Interested parties should contact Tatiana Tubberville at tatiana.d.tubberville.civ@us.navy.mil or Marivic Lorenzana at marivic.m.lorenzana.civ@us.navy.mil for further details, as task orders will range from approximately $10,000 to $2 million.