Demo Alert Trailers
ID: W50S7125QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IAANG 132DES MOINES, IA, 50321-2720, 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 Army, is seeking qualified contractors for the demolition of two alert trailers at the Iowa Air National Guard Base located in Des Moines, Iowa. The project involves comprehensive site preparation, including utility verification, removal of infrastructure elements, and adherence to environmental and safety standards, with a focus on protecting existing pavements and ensuring proper drainage. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the government's commitment to supporting small businesses, particularly Women-Owned Small Businesses (WOSB). Interested contractors must submit a DSM Access Request Form by May 2, 2025, for a site visit scheduled on May 6, 2025, and can contact Cody Benjamin at cody.benjamin.4@us.af.mil or Kelsey Letcher at kelsey.l.letcher.civ@mail.mil for further details.

    Files
    Title
    Posted
    The document outlines the demolition plan for the Iowa Air National Guard Base located at Des Moines International Airport, detailing the necessary procedures for utility verification and site preparation. It emphasizes the importance of protecting existing pavements and specifies the demolition tasks, including the removal of various infrastructure elements such as trailers, foundations, gas lines, and water lines. General notes stress the need for utility location verification and coordination with utility companies to prevent damage during construction, with any damages being the contractor's responsibility. The document also stipulates grading to ensure proper drainage and the requirement for soil stabilization through seeding and compost application. It provides specific construction details for pavement and sidewalks, ensuring compliance with industry standards. Overall, this demolition plan serves as a regulatory framework for the project, aiming to ensure safe, efficient, and compliant execution while protecting existing infrastructure.
    The Des Moines Air National Guard Base (ANGB) access request letter outlines the procedures for non-Department of Defense ID cardholders to gain installation access. Sponsors must provide a list of individuals needing access, including those under 18, at least 72 hours in advance for criminal history checks. Disqualifying factors for access include citizenship verification issues, prior bans from military installations, criminal charges, and being listed on government watch lists. Visitors over 18 must present state-issued IDs, and drivers need to display valid licenses, vehicle registration, and insurance. The form specifies required personal information for each individual and includes a section for security personnel to document vetting and access approval, ensuring compliance with safety and security protocols while managing limited access to the military installation.
    The Performance Work Statement (PWS) outlines the requirements for demolishing two alert trailers, Building 229, along with associated utility and asphalt work on a government installation. The scope entails providing necessary personnel, equipment, and supervision while adhering to specific quality control measures and adherence to installation regulations. The project must ensure proper stormwater management and landscape maintenance, preventing wildlife habitation. The contractor is required to submit a Quality Control Plan and comply with installation security policies, including employee identification and background checks. Responsibilities include conducting pre-demolition hazardous material assessments, maintaining and recycling construction debris, and preparing detailed reports on waste management. Specific guidelines are established for grading, seeding, and construction material properties. Furthermore, the contractor must provide significant documentation regarding materials used and ensure compliance with environmental and safety standards throughout the project duration of six months. Adherence to recognized holidays and operational hours is mandatory, emphasizing a commitment to safety and environmental stewardship in government contracting processes.
    The document outlines a request for proposal (RFP) for the demolition of Alert Trailers under a government contract specifically designated for Women-Owned Small Businesses (WOSB). It includes key details such as the solicitation number (W50S7125QA001), contractor obligations, project descriptions, and details about proposal submission. The contract includes an unfunded service requirement contingent on the availability of appropriated funds, and the contractor must ensure compliance with various Federal Acquisition Regulation (FAR) clauses, emphasizing ethical standards, reporting requirements, and labor regulations. The period of performance is set from July 1, 2025, to October 30, 2025, with specific directives for inspection, acceptance, and invoicing through the Wide Area WorkFlow system. This document represents a commitment by the federal government to promote subcontracting opportunities for WOSBs while also adhering to compliance, funding contingencies, and efficient contracting practices.
    Lifecycle
    Title
    Type
    Demo Alert Trailers
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    CY26 Administrative Contracting Officer Support and GSA Vehicle Support at IAAAP and MLAAP
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking support for Administrative Contracting Officer and GSA Vehicle services for Calendar Year 2026 at the Iowa Army Ammunition Plant (IAAAP) and Milan Army Ammunition Plant (MLAAP). This procurement is anticipated to result in a task order awarded to American Ordnance LLC, the current Operating Contractor, under an existing Basic Ordering Agreement (BOA) that extends through 2033. The services are crucial for the operation and management of ammunition facilities, ensuring compliance with government property regulations. Interested parties can direct inquiries to Cody R. Melton at cody.r.melton.civ@army.mil, noting that this notice is for informational purposes only and does not constitute a formal Request for Proposal (RFP).
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.