Abatement of Hexavalent Chromium Dust/Paint
ID: HML58L05LType: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the abatement of hexavalent chromium dust and paint overspray in Hangar 192 at Vance Air Force Base in Enid, Oklahoma. The project entails comprehensive cleaning, removal of hazardous materials, and replacement of exhaust filters, all to be conducted in accordance with the attached Statement of Work. This initiative is crucial for maintaining environmental safety and compliance with OSHA standards, ensuring a safe working environment for personnel. Bids are due by September 10, 2024, at 11:00 AM CST, and interested contractors must submit their proposals along with a completed Vendor Authorization Request, W9 form, and Reps and Certs form to Heather Long at heather.long.10.ctr@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document concerns the latest wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor. Specifically, it details wage rates effective in 2024 for various occupations in Oklahoma County, Garfield, reflecting the requirements of Executive Orders 14026 and 13658, which set minimum wage standards. For contracts initiated or renewed after January 30, 2022, the minimum wage is established at $17.20 per hour; for earlier contracts not renewed, it remains at $12.90 per hour. The document categorizes numerous occupations and their respective hourly wage rates, highlighting administrative, automotive, food service, and more, alongside mandated fringe benefits. It also outlines additional considerations including paid sick leave provisions, health and welfare allowances, vacation time, and holiday pay, ensuring compliance during contract execution. Furthermore, advice on conforming rates for unlisted classifications and the process for requesting new wage determinations is provided. This document serves as an essential reference for contractors and agencies involved in federal contracts, ensuring adherence to established wage and labor regulations.
    The Annual Commercial Products & Services Representations and Certifications form (PR-TMP-01), effective April 1, 2024, is a critical document for companies seeking to supply goods and services to ASRC Federal under U.S. government contracts. Offerors are required to complete and certify accuracy in their representations before bids or proposals can be accepted. Key components of the form include certifications regarding executive compensation reporting and compliance with federal regulations, including debarment status and the absence of illegal influencing activities. Furthermore, it addresses the use of covered telecommunications equipment and mandates disclosure if a foreign government holds significant interests in the company. The document emphasizes accountability, requiring companies to report any changes in status or circumstances that affect their certifications. Overall, the form serves to ensure that potential suppliers meet the stringent requirements established by federal regulations and affirm their eligibility for contract awards based on comprehensive disclosures and certifications.
    The document is a Request for Quote (RFQ) for services related to the removal of paint overspray at the “Paint Barn” located in Hanger 192 at Vance AFB, issued by Heather Long. The RFQ includes specific requirements for a HEPA vacuum, power scraping of the floor, and replacement of a three-stage filtration system. Quotes are due by September 10, 2024, with delivery required within 30 days after receipt of order, and payment terms set at net 45 days. The RFQ mandates compliance with several federal regulations, including prohibitions against using federal funds to influence contract awards and requirements surrounding the classification of end products under the Buy American Act. Offers must also detail lead times, pricing (including freight and compliance certifications), and adhere to shipping guidelines as per international regulations. This RFQ reflects the government's effort to solicit bids while ensuring transparency, accountability, and compliance with various procurement standards, ultimately aimed at achieving service quality and economic principles in fulfilling federal contracts.
    The document outlines the general provisions, contractual terms, and flowdown clauses associated with a contract between ASRC Federal Holding Company and a seller, effective April 10, 2024. It incorporates standard clauses covering contract formation, compliance with laws, confidentiality, intellectual property, insurance requirements, and quality control. The seller agrees to adhere to federal regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), while fulfilling contract obligations. The provisions emphasize timely performance, payment terms, rights to inspect delivered work, and responsibilities related to risk management and indemnification. Key sections detail provisions for changes, dispute resolution, and termination conditions, clarifying the relationship between the buyer and seller as independent contractors without employee benefits implications. The document integrates specific compliance requirements relevant to government contracting, ensuring both parties fulfill obligations under applicable laws and regulations. This comprehensive framework is designed to mitigate risk, ensure quality, and establish clear communication and responsibilities in the contractual relationship, reflecting commitment to adherence to federal contracting standards and transparency in operations.
    The Statement of Work outlines the procedures for the abatement of hexavalent chromium dust and paint overspray in Corrosion Control Hangar 192 at Vance Air Force Base. The project addresses excess chromium dust, clogged exhaust filters, and includes a comprehensive decontamination of the hangar, which will be conducted by a contracted company. The service involves ceiling-to-floor cleaning, removal of paint overspray, and the replacement of three layers of exhaust filters. Prior to commencement, Vance AFB will conduct necessary testing and provide waste containers for hazardous disposal. The contractor is responsible for safety assessments, equipment supply, compliance with OSHA standards, and ensuring debris is removed properly. Work is scheduled for weekdays from 8 AM to 4:30 PM, projected to take two days. Overall, this document reflects the government’s commitment to maintaining worker safety and environmental standards in its facilities while addressing hazardous materials effectively.
    The Vendor Authorization Request document from ASRC Federal outlines the process for businesses, particularly those with recognized Small Business Administration (SBA) certifications, to participate in contracts. The request form seeks detailed business information, including legal names, tax identification, contact details, and parent company information. Notably, it identifies eligibility categories such as Woman-Owned Small Businesses, Veteran-Owned Businesses, and HUBZone businesses, emphasizing compliance with federal acquisition regulations. The form stipulates payment terms—Net 45 for large businesses and Net 30 for small businesses—and mandates the inclusion of a signed IRS Form W-9 for new vendors. An Electronic Funds Transfer Authorization Agreement section also exists, detailing instructions for banking setup and necessary documentation. The intent of this document is to facilitate vendor participation while ensuring adherence to government contracting policies, thereby fostering inclusive economic opportunities for small and disadvantaged businesses in federal contracts. Overall, the document serves as a comprehensive guide for vendors seeking engagement with ASRC Federal in a structured manner that meets federal regulatory standards.
    The Form W-9, a Request for Taxpayer Identification Number and Certification, is utilized by individuals or entities to provide their correct Taxpayer Identification Number (TIN) to a requester for tax reporting purposes. This form is crucial in ensuring compliance with IRS regulations, as providing an incorrect TIN can lead to backup withholding of payments. The document outlines the necessary information to be filled, including the name and address of the individual or entity, tax classification, and TIN. It also emphasizes the importance of certifying the accuracy of this information and clarifies conditions under which backup withholding applies. Recent updates in the form address the classification of disregarded entities and the requirements for flow-through entities with foreign partners. The primary objective of the W-9 is to collect information essential for reporting various income types to the IRS, thus highlighting its significance in fulfilling federal grant and contracting requirements by ensuring tax compliance and information accuracy among requesters. The form must not be sent to the IRS but provided upon request, reinforcing its role as a compliance tool in financial transactions involving payments reportable to tax authorities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    Corrosion Walk-In Blast Booth
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the maintenance and refurbishment of two inoperable walk-in blasting booths at RAF Lakenheath, UK, specifically for the 48 Equipment Maintenance Squadron's Corrosion Control Section. The project aims to ensure the operational readiness of F-15E aircraft by effectively removing corrosion and applying organic coatings, while adhering to Air Force Instructions and OSHA standards to mitigate health risks associated with Chromium (VI) exposure. Interested contractors must attend a site visit scheduled for August 16, 2024, and submit their quotes by July 31, 2024, with inquiries due by August 23, 2024. For further information, contact Drew Yanez at drew.yanez@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    Asbestos Abatement IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on asbestos abatement and environmental testing services at Seymour Johnson Air Force Base in North Carolina. The contract, valued at approximately $25 million, aims to address the management of hazardous materials, including asbestos, lead paint, and heavy metals, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and public health at the base, with a strong emphasis on supporting women-owned small businesses in government contracting. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Kelly Coddington or Aaron VanVynckt via the provided contact details.
    Tinker Air Force Base CE Services: Base Operations Management
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Materiel Command, is seeking qualified contractors for Civil Engineering Services related to Base Operations Management at Tinker Air Force Base in Oklahoma. The primary objectives include maintaining and repairing facilities and infrastructure, managing physical plant operations, modernizing installations, and ensuring compliance with safety and environmental regulations. This opportunity is crucial for supporting the operational readiness of the base and enhancing service delivery to meet mission requirements. Interested parties are invited to participate in a virtual Industry Day on September 18, 2024, from 9:15 AM to 12:00 PM CST, and must contact Burl Sellers or Darian Permetter via email to register or submit questions by September 17, 2024, at 12:00 PM CST.
    5 Inch Double Jacket Fire Hoses for Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to supply 30 units of 5-inch double jacket fire hoses, each measuring 50 feet in length, for Vance Air Force Base in Enid, Oklahoma. This procurement aims to enhance fire safety capabilities at the base, ensuring the availability of reliable firefighting equipment. The selected vendor will be awarded a firm fixed-price contract based on the best value and technical acceptability, with payment terms set at Net 45 days for large businesses and Net 30 days for small businesses. Interested offerors must submit their quotes and required documentation via email to Carmella Holtz by September 20, 2024, at 2 PM CST, and are advised to complete the necessary representations and certifications to ensure compliance with federal contracting standards.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    Dust Control Vacuum and Associated Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Dust Control Vacuums and associated parts through a Combined Synopsis/Solicitation. The procurement includes six units of the Dust Control DC Tromb H 400c vacuum, HEPA-rated filters, and bags, aimed at ensuring effective dust management in government facilities that require high cleanliness standards. This initiative is critical for maintaining operational efficiency and safety, with a focus on utilizing a specific brand due to existing training and compatibility with current equipment. Interested vendors must submit their quotes by September 16, 2024, and can direct inquiries to Jenna Jacobson at jenna.jacobson@us.af.mil or Karla Vazquez at karlalizette.vazquezmontes@us.af.mil.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Duct Cleaning Bldg 1515
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for duct cleaning services at Building 1515, Scott Air Force Base, Illinois. The contractor will be responsible for providing all necessary equipment, labor, and materials to clean a total of 197 cold air ducts across the first and second floors, which encompass a combined area of 32,241 square feet. This procurement is crucial for maintaining the HVAC system's efficiency and ensuring a safe working environment, with work expected to be completed within 30 days of the order receipt. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to primary contact Jin Chung at jin.chung.2@us.af.mil or secondary contact Tyler Murphy at tyler.murphy.3@us.af.mil.
    Solicitation - FD Vehicle Exhaust Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Vehicle Exhaust Removal System to be installed at the Fire Department facility located in Building 332 at F.E. Warren Air Force Base, Wyoming. The contractor will be responsible for providing, installing, and training personnel on the system, which must operate efficiently and silently, adhering to all applicable federal, state, and local regulations. This procurement is crucial for enhancing air quality and operational safety within the fire department's vehicle maintenance operations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, ensuring compliance with the outlined requirements and deadlines.