Asbestos & Lead Based Paint Abatement
ID: FA480125Q0421Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for an Asbestos and Lead-Based Paint Abatement project at Holloman Air Force Base in New Mexico. The procurement is set aside for Women-Owned Small Businesses (WOSB) and involves the removal of hazardous materials from Building 584, which includes approximately 15,500 square feet of ceiling drywall and 10,500 square feet of flooring materials, adhering to strict safety and environmental regulations. This initiative underscores the importance of maintaining safe facilities and compliance with health standards, with quotations due by March 20, 2025, and inquiries directed to Kitty Williams or Jennifer D. Sternthal via their provided contact information.

    Files
    Title
    Posted
    The 49th Contracting Squadron at Holloman AFB, NM, issues a Request for Quotation (RFQ) under solicitation number FA480125Q0421 for the abatement of asbestos and lead-based paint in Building 584. The contract is set aside for Women-Owned Small Businesses (WOSB). Prospective contractors need to demonstrate their expertise, including necessary certifications and experience, and must submit their quotations by 20 March 2025. The acquisition is guided by the Federal Acquisition Regulation (FAR) and requires compliance with specific provisions regarding technical capacity and safety regulations pertaining to hazardous materials. Interested vendors must provide company information, while the evaluation criteria focus on price, availability, and certification to operate in New Mexico. The intention is to award a purchase order aligned with the terms stated in the solicitation, emphasizing the importance of adhering to health and safety standards. Questions must be submitted to designated points of contact by 14 March 2025. This RFQ reflects ongoing governmental efforts to ensure safety and compliance in federal facilities.
    The Holloman Air Force Base is initiating an Asbestos Abatement project for building B584, an unoccupied two-story barracks, set to commence following the Statement of Objectives dated November 15, 2024. The work involves the removal of asbestos and lead-based paint, adhering to Unified Facilities Criteria (UFC) and safety regulations. The contractor is responsible for providing all materials, labor, and equipment, establishing a staging area, and ensuring proper disposal of hazardous materials in compliance with state and federal laws. Specific tasks include the abatement of approximately 15,500 square feet of ceiling drywall, 10,500 square feet of flooring materials, and lead paint in designated areas such as a restroom and janitor closet. With a performance period of 90 days for construction, the project emphasizes safe handling and disposal, reflecting the federal commitment to maintaining safe facilities while addressing potential health hazards.
    A pre-demolition asbestos survey was conducted at Building 584 of Holloman Air Force Base, confirming the presence of asbestos in various materials. The survey identified non-friable asbestos-containing materials (ACMs) including ceiling drywall, floor tiles, mastic, and textured drywall, with estimated quantities and types of chrysotile. The report emphasizes the need for regulatory compliance when disturbing these materials during demolition. Notably, lab analysis following EPA standards detected specific percentages of chrysotile asbestos in multiple samples, highlighting potential health risks. The document underscores the importance of safety measures in abatement and demolition processes, outlining strict adherence to federal and state regulations. The conclusive findings necessitate further verification of quantities for effective abatement procedures, ensuring the well-being of workers and surrounding environments during the demolition activities.
    The document outlines XRF (X-ray fluorescence) lead results pertinent to federal and state/local RFPs. It indicates the presence of lead in sampled materials, necessitating further action to ensure health and safety compliance. The XRF results likely originated from an assessment intended to address potential hazards linked to lead exposure, particularly in buildings or materials scheduled for alteration or rehabilitation. Certifications may be included to verify the safe handling or remediation of lead hazards as a component of the overall project. The findings underscore the importance of adhering to safety regulations and guidelines when working with potentially hazardous materials in compliance with federal and local standards. The report serves as a foundational document to inform stakeholders of lead risks and outline necessary precautions as part of the project's planning and implementation stages.
    The document, identified as FA480125Q0421, compiles a series of regulations and clauses applicable to contracting within the Department of Defense (DoD). It highlights compliance requirements regarding various topics including the treatment of former DoD officials, whistleblower rights, cybersecurity measures, and prohibitions related to telecommunications equipment linked to foreign adversaries. Additionally, it specifies payment procedures through the Wide Area Workflow system and guidelines for evaluating commercial products and services. Key clauses address environmental standards, labor and safety regulations, and mandatory flow-down provisions for subcontracts. The structure of the document categorizes clauses by relevance and includes provisions in full text for clarity. This document plays a crucial role in shaping the terms and conditions of government contracts, ensuring that contractors adhere to legal and operational standards while facilitating transparency and accountability in federal procurement processes.
    The document outlines contractor access protocols to Department of the Air Force installations, effective June 2024. Contractors must secure base identification and vehicle passes for personnel frequently visiting or working on the installation. A written request on company letterhead is required to the contracting officer, detailing contract specifics and personnel needing access. Contractors are responsible for managing identification for newly assigned employees and returning credentials when no longer needed. For unescorted entry into controlled areas, compliance with relevant Air Force and Department of Defense security protocols is necessary. Contractors must provide an after-hours contact for emergency notifications within the Department of Defense facilities. Non-compliance with these procedures may lead to withholding of final payments. Overall, this document emphasizes the importance of security measures and access management for contractors working on Air Force installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F108--(Service) PN: 636A6-24-107, Demo Lab Equipment & ACM Abatement (DM)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a contract focused on the abatement of asbestos-containing materials at the Des Moines VA Medical Center. The project involves the removal of approximately 900 square feet of vinyl flooring and mastic, along with associated hazardous materials, and is scheduled to take place from March 14, 2025, to July 14, 2025. This procurement is critical for ensuring a safe environment for veterans and staff, adhering to stringent safety and compliance standards throughout the abatement process. Interested contractors must submit their quotes by March 10, 2025, at 3:00 PM Central Time, and can direct inquiries to Contract Specialist John Breyer at john.breyer@va.gov or by phone at 605-336-3230 x7847.
    Grease Trap Cleaning - AMENDED
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide grease trap cleaning services at Holloman Air Force Base in New Mexico. The procurement involves a comprehensive service contract that includes regular pumping, cleaning, and disposal of waste from designated facilities, adhering to federal, state, and local regulations, with a base year and four option years extending from May 2025 to April 2030. This service is crucial for maintaining environmental compliance and operational efficiency at the base's dining facilities and other locations. Interested vendors must submit their proposals by 12:00 PM Mountain Time on March 12, 2025, and direct any inquiries to Kitty Williams or Leonardo Dominguez via the provided contact 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.
    Z1DA--NRM-CONST - 620A4-23-219 Old Dental Abatement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the abatement of asbestos and lead-containing materials in the Old Dental Clinic at the Hudson Valley VA Healthcare System's Castle Point Campus in New York. This project, designated under solicitation number 36C24225Q0342, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the safe removal of hazardous materials from approximately 3,000 square feet of space, adhering to strict safety and regulatory standards. The initiative underscores the VA's commitment to maintaining a safe healthcare environment while ensuring compliance with federal regulations. Interested contractors must submit their quotes by March 12, 2025, with a mandatory site visit scheduled for March 3, 2025; inquiries can be directed to Contracting Officer Daniel Barone at daniel.barone@va.gov.
    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.
    Traffic Light Repair Holloman AFB, NM
    Buyer not available
    The Department of Defense, through the U.S. Air Force's 49th Contracting Squadron, is soliciting quotations for traffic light repair services at Holloman Air Force Base, New Mexico. The project involves the replacement of outdated traffic control systems at two intersections, including the installation of new NEMA Type 3 cabinets, 360° monitoring cameras, and Uninterruptable Power Supply (UPS) systems, all aimed at enhancing traffic management and safety. This initiative underscores the importance of maintaining operational readiness and safety standards in military facilities. Interested small businesses must submit their quotations by March 18, 2025, with a site visit scheduled for February 27, 2025; for further inquiries, contact Andrea Diaz Acevedo at andrea.diaz-acevedo@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.
    Maintain Airfield and Markings MAFB
    Buyer not available
    The Department of Defense, through the 23D Contracting Squadron at Moody Air Force Base in Georgia, is preparing to issue a Request for Proposal (RFP) for the maintenance of airfield surface markings at Moody AFB. The contract, designated as Solicitation No. FA483025R0006, will involve the removal of rubber build-up and repainting of specified areas as outlined in the Statement of Work (SOW), with a focus on compliance with procurement regulations while promoting participation from Woman-Owned Small Businesses (WOSB). The estimated project magnitude is between $250,000 and $500,000, and the selection process will utilize Lowest Priced Technically Acceptable (LPTA) procedures. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Lucas W. Richardson or Erick Boswell at the provided contact information.
    TWO-PHASE DESIGN/BUILD REPAIR BUILDING 322 CEREBRO LABORATORY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a two-phase design/build project to repair Building 322 CEREBRO Laboratory at Kirtland Air Force Base in New Mexico. This opportunity is specifically reserved for SBA Certified 8(a) Participants, focusing on selecting highly qualified offerors based on their past performance and management approach, with Phase One requiring qualifications and Phase Two soliciting price proposals from shortlisted candidates. The project, with a construction cost limitation of $4,409,005, aims to enhance infrastructure while ensuring compliance with federal contracting requirements, including the necessity for performance and payment bonds. Interested parties can contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil or 505-342-3210 for further details.
    Chemical Toilets
    Buyer not available
    The Department of Defense, through the 49th Contracting Squadron at Holloman Air Force Base, is seeking small businesses to provide rental and servicing of portable chemical toilets under Solicitation FA4801-25-Q-0003. The contract requires the provision of three mobile trailer-mounted chemical toilet units, which must be serviced and sanitized weekly, including cleaning, restocking supplies, and compliance with environmental regulations. This procurement is essential for maintaining sanitation standards at the base and ensuring the health and safety of personnel. Interested vendors must submit their quotations by March 14, 2025, with questions due by March 12, 2025, and the estimated contract value is up to $9 million over a five-year period from August 2025 to July 2030. For further inquiries, contact Darius Evans at darius.evans.4@us.af.mil or Jacob Stallings at jacob.stallings@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.