ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Demo Buildings 1879, 29001, 29002

DEPT OF DEFENSE FA4626-26-R-0003
Response Deadline
Dec 29, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

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 contractors to provide all necessary labor, materials, and equipment to complete the demolition in accordance with UFC specifications, including utility disconnections, site restoration, and hazardous material management. This procurement is significant as it involves compliance with environmental regulations and safety standards, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their proposals by December 29, 2025, at 2:00 PM MST, and can direct inquiries to Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.

Classification Codes

NAICS Code
238910
Site Preparation Contractors
PSC Code
P400
SALVAGE- DEMOLITION OF BUILDINGS

Solicitation Documents

24 Files
A1_Design Build SOW (4 Sept 2025).pdf
PDF214 KBDec 10, 2025
AI Summary
The NZAS 23-0008 Statement of Work outlines the complete demolition of buildings 1879, 29001, and 29002 in accordance with UFC specifications and additional requirements. The contractor must provide all labor, material, and equipment, procure asbestos and lead-based paint inspections, notify utility companies, and obtain a Work Clearance Request. Key requirements include removing and disposing of all demolished materials off MAFB property, removing foundations, filling, grading, and seeding disturbed areas, and returning them to preconstruction condition. Specific tasks are detailed for each building, including utility disconnections and relocations. The project emphasizes adherence to force protection conditions, anti-terrorism awareness training, and strict prohibitions on photography without consent. National codes and regulations, such as the International Building Code and OSHA, must be followed. The contractor is responsible for daily site cleanup, quality control, and providing as-built drawings. The period of performance is 84 days, including kick-off meetings, design submittals at 35% and 65% completion, and final document approval. All surveying is the contractor's responsibility, and construction closeout requires preparation of as-built drawings and a property inventory checklist.
A3_Concept Plan.pdf
PDF2951 KBDec 10, 2025
AI Summary
The provided government file outlines demolition plans for three buildings: Demo BLDG 1879, Demo BLDG 29001, and Demo BLDG 29002. The file details the proposed removal of various infrastructure components, including abandoned communication lines, electrical overhead primary lines, and other systems. For Demo BLDG 1879, the scope includes demolishing sanitary infrastructure (including septic systems), below-grade storage tanks, water service, and multiple sets of poles and electrical lines. For Demo BLDG 29001, the plan involves demolishing the electrical connection and concrete slabs. Demo BLDG 29002 is also slated for demolition, though specific components are not itemized in the same manner as the other buildings. The document uses a legend to indicate the status of various lines and infrastructure, such as "Abandoned," "Proposed Abandoned/Removed," "Removed," "Out of Service," "Under Repair/Construction," and "In Service," with the date November 14, 2024, likely indicating the plan's effective date or assessment. This file serves as a blueprint for significant demolition activities, likely preceding new construction or site remediation as part of a government project, potentially an RFP or grant-funded initiative.
A4_1879 ACM Pb Results East Base Natural Gas Services (31 Oct 2011).pdf
PDF15299 KBDec 22, 2025
AI Summary
The
A5_1879 ACM_Pb Design Survey Results East Base Natural Gas Services (20 Dec 2011).pdf
PDF1407 KBDec 22, 2025
AI Summary
The "EAST BASE NATURAL GAS SERVICES" project (NZAS 10-1018) at Malmstrom Air Force Base, Montana, involves installing new natural gas services to five buildings, with a courtesy inclusion of a sixth (Building 1849), and upgrading their heating systems. The project includes removing existing fuel storage tanks and associated piping, with strict adherence to Montana DEQ regulations. A pre-renovation survey by TD&H Engineering identified lead-based paint (LBP) and lead-containing paint (LCP) in various locations across the buildings, necessitating special handling and disposal according to EPA and OSHA regulations. Two locations tested positive for LBP, and seven for LCP. Recommendations include separating lead-painted components for recycling and ensuring worker safety by implementing OSHA guidelines if painted surfaces are disturbed, which may require respiratory protection, personal protective equipment, and blood testing. The report emphasizes the need for a negative exposure assessment for employees working on disturbed painted surfaces.
A6_1879 ACM Sample Results (2003).pdf
PDF198 KBDec 22, 2025
AI Summary
The AFIOH/SDC facility at Brooks City Base, Texas, conducted asbestos testing on solid waste samples from Building 1879 Screening Room. Three separate samples (GM030058, GM030059, and GM030060) of ceiling tiles were collected on April 25, 2003, and analyzed using USEPA Method 600/R-93/116. All three samples consistently reported “NO ASBESTOS FOUND.” The reports, approved by NEALW and analyzed by GILLILAJ, explicitly state that three layers of ceiling tile were sampled in each instance, and none contained asbestos. The reports include contact information for AFIOH/SDC and the ESOH Service Center for questions regarding analysis and environmental, safety, and occupational health concerns. The documents specify that these asbestos-related materials should not be discarded but maintained indefinitely in accordance with HQ USAF/JA policy.
A7_Wage Determination MT 20250066.pdf
PDF57 KBDec 10, 2025
AI Summary
General Decision Number MT20250066 outlines prevailing wage rates and labor requirements for heavy construction projects in Cascade County, Montana, under the Davis-Bacon Act and related acts. It supersedes MT20240066. The document specifies minimum wage rates based on Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It details wage rates and fringe benefits for various crafts, including Carpenters, Electricians, Power Equipment Operators, Ironworkers, Plumbers, Truck Drivers, Laborers, and Painters. Several classifications, such as Carpenter, Power Equipment Operator, and Truck Driver, include zone definitions that adjust hourly rates based on mileage from designated county courthouses. The document also provides information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines a wage determination appeals process. Wage rate identifiers (Union, Union Average, Survey, State Adopted) and their update mechanisms are explained for clarity and compliance.
A8_Sections L and M.pdf
PDF142 KBDec 10, 2025
AI Summary
This document outlines instructions for offerors and evaluation factors for a firm-fixed-price contract for the demolition of Buildings 1879, 29001, and 29002, managed by the 341st Contracting Squadron at Malmstrom AFB, MT. The acquisition is conducted under FAR Part 13 Simplified Acquisition Procedures. Proposals are due by 2:00 PM MST on December 23, 2025, and must include a completed and signed SF 1442, a price proposal, and acknowledgment of any amendments. No technical documents are required. A site visit is scheduled for December 15, 2025, at 1:30 PM MST. Award will be based on responsiveness and the lowest total evaluated price, with no discussions intended. Proposals will undergo a responsiveness review, responsibility determination, and price evaluation to ensure reasonableness.
Solicitation Amendment FA462626R00030002 SF 30.pdf
PDF1391 KBDec 22, 2025
AI Summary
This amendment, FA462626R00030002, to solicitation FA462626R0003, issued on December 22, 2025, modifies the original Request for Proposal (RFP) by updating and adding several attachments. Key changes include revisions to Attachment 8 (Sections L&M) and Attachment 14 (Q&A), and the addition of Attachment 15 for proposal submission, which also updates the Section B CLIN schedule. Other attachments, such as the Design Build Statement of Work and Concept Plan, have also been amended. This amendment is crucial for potential offerors to acknowledge, as failure to do so may result in the rejection of their offer. The document also outlines procedures for modifying already submitted offers based on this amendment.
Solicitation Amendment FA462626R00030001 SF 30.pdf
PDF1358 KBDec 22, 2025
AI Summary
This amendment to solicitation FA462626R0003, dated December 18, 2025, extends the response due date from December 23, 2025, to December 29, 2025. The purpose of this amendment is to update the Statement of Work, project Concept Plan, and MT Wage Determination. It also revises CLINs 0003, 0004, and 0005, primarily changing building demolition descriptions, and adds CLIN 0011 for the relocation of the Building 1879 Fire Alarm Panel. Furthermore, Attachments 9-14 are added, including hazardous material reports, building photos, and a Q&A document. This modification details changes to the solicitation, including inspection, acceptance, and delivery information for the new line item, and lists all updated attachments.
Solicitation - FA462626R0003.pdf
PDF1649 KBDec 22, 2025
AI Summary
This government Request for Proposal (RFP) FA462626R0003, issued on December 9, 2025, by FA4626 341 CONS LGC, seeks proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom AFB, MT. The project, designated NZAS 23-0008, falls under NAICS code 238910 (Demolition Contractors) with a small business size standard of $19 million and an estimated magnitude between $250,000 and $500,000. The scope includes design, mobilization, demolition of each building (including foundations and off-site material removal), utility capping, site work (backfill, grading, seeding), bonding, and specific asbestos and lead paint abatement and investigation services. Performance is required to commence within 10 calendar days of the notice to proceed and be completed within 84 calendar days. Offers are due by December 23, 2025, at 02:00 PM local time. Funding is contingent on availability, and the government reserves the right to cancel the solicitation. Payment requests will be processed electronically via Wide Area WorkFlow (WAWF) using the Invoice 2in1 document type for fixed-price line items.
A1_DSN-CSN Amended Statement of Work dated 16 Dec 2025.pdf
PDF235 KBDec 22, 2025
AI Summary
The "Demolish Bldgs 1879, 29001, 29002 Statement of Work" outlines the requirements for the complete demolition of three buildings (1879, 29001, and 29002) at Malmstrom AFB, adhering to UFC specifications and various national codes and regulations. The contractor must provide all necessary labor, materials, and equipment. Key requirements include asbestos and lead-based paint surveys, utility notifications and disconnections, removal and disposal of all demolished materials, foundation removal, site grading and seeding, and returning disturbed areas to preconstruction condition. Specific tasks are detailed for each building, such as relocating a fire alarm panel from 1879 to 1934 and removing a berm at 29001. The project also mandates compliance with Force Protection and Anti-Terrorism measures. The contractor is responsible for providing as-built drawings, design documents, and managing quality control with phased submittals (35%, 65%, and final) within a 84-day period of performance, with construction starting after 35% design approval. All associated costs, including site cleanup and as-built drawing preparation, are to be included in the contract price.
A2_Combined Specs.pdf
PDF771 KBDec 22, 2025
AI Summary
This government contract outlines general requirements, security, and environmental protection for the "Demo Bldgs 1979, 29001, 29002" project at Malmstrom Air Force Base. Key aspects include demolishing buildings and utilities, restoring the site, and ensuring contractor compliance with OSHA safety standards. The contractor is responsible for providing all necessary vehicles and equipment, adhering to load limits, and coordinating work to minimize disruption to government operations. Detailed "As-Built Field Data" and operational manuals are required, along with a comprehensive Quality Control Plan. Security protocols include employee identification, force protection measures, and restricted area procedures with escorts. Environmental regulations cover air quality, storm water management, hazardous materials, and waste disposal, with strict adherence to federal, state, and local laws.
A3_Concept Plan_Amendment 001.pdf
PDF3949 KBDec 22, 2025
AI Summary
The document details demolition plans for several buildings and infrastructure elements, likely in preparation for new construction or upgrades. Key demolition projects include BLDG 1879, which involves the removal of sanitary infrastructure (including a septic system), water service, and multiple poles and electrical lines. BLDG 29001 will see the demolition of its electrical connection and concrete slabs. BLDG 29002 is also slated for demolition. Additionally, the document outlines the proposed relocation and routing of a fire control panel, indicating that a new route for the fire control panel needs to be finalized by the designer. The plans also mention abandoned communication lines, electrical overhead primary lines, and various status indicators such as 'Proposed Abandoned/Removed,' 'Removed,' 'Out of Service,' 'Under Repair/Construction,' and 'In Service.' The dates November 14, 2024, and December 16, 2025, are noted, likely indicating project timelines or revision dates.
A7_Updated Wage Determination MT 2025066 dated 11 Dec 2025.pdf
PDF282 KBDec 22, 2025
AI Summary
This document outlines a detailed Request for Proposal (RFP) for unspecified government services, likely focusing on infrastructure, technical solutions, or administrative support. It details various requirements, evaluation criteria, and submission instructions for prospective bidders. The RFP emphasizes compliance with federal, state, and local regulations, and includes specific sections for technical specifications, performance standards, and contractual terms. Key areas of focus appear to be system integration, data management, and operational efficiency, with a strong emphasis on detailed documentation and adherence to established guidelines. The document also highlights the importance of safety protocols and quality assurance throughout the project lifecycle. Overall, the RFP seeks to identify a contractor capable of delivering a comprehensive and compliant solution within a structured framework.
A8_Sections L and M_Amendment 001.pdf
PDF142 KBDec 22, 2025
AI Summary
This government file outlines the instructions for offerors and evaluation factors for an acquisition conducted under FAR Part 13 Simplified Acquisition Procedures, titled "Demo Buildings 1879, 29001, 29002." The Government intends to award a firm-fixed-price contract to the responsible offeror submitting the lowest-priced responsive proposal, potentially without discussions. Proposals must include a completed and signed SF 1442, a price proposal using the CLIN structure, and a signed acknowledgment of amendments. No technical documents are required. Key dates include a questions due date of December 22, 2025, and a proposal due date of December 29, 2025, both by 2:00 PM MST. Proposals must be emailed to colleen.goad.1@us.af.mil and jillian.urick@us.af.mil. A non-mandatory site visit is scheduled for December 15, 2025, at Malmstrom AFB, MT. The award basis is responsiveness and the lowest total evaluated price, with a price-only evaluation. The evaluation process involves a responsiveness review, responsibility determination, and price evaluation to ensure reasonableness, culminating in an award to the responsive offeror with the lowest evaluated price.
A8_Sections L and M_Amendment 002.pdf
PDF143 KBDec 22, 2025
AI Summary
This government file outlines instructions and evaluation factors for a firm-fixed-price contract for the demolition of Buildings 1879, 29001, and 29002 (Project Title: Demo Buildings). Conducted under FAR Part 13 Simplified Acquisition Procedures, the award will be based on the lowest-priced responsive proposal, with no discussions anticipated. Proposals must include a completed and signed SF 1442, a price proposal using the provided CLIN structure, and acknowledgment of amendments. Technical documents are not required. Key dates include a site visit on December 15, 2025, questions due by December 22, 2025, and proposals due by December 29, 2025, to be emailed to Colleen Goad and Jillian Urick. The evaluation process involves a responsiveness review, a responsibility determination for the lowest-priced offeror, and a price reasonableness assessment. The award will go to the responsive offeror with the lowest evaluated price.
A9_29001 29002 Final Hazmat Report.pdf
PDF2913 KBDec 22, 2025
AI Summary
Terracon Consultants, Inc. conducted a pre-demolition survey for asbestos, lead-containing paint, and hazardous materials in Buildings 29001, 29002, and 29005 at Malmstrom Air Force Base, Great Falls, Montana. The inspection, performed on September 4, 2024, found no asbestos or lead-containing paint. However, several hazardous building materials were identified for proper management and disposal prior to demolition. These include potential PCB-containing light ballasts in Building 29001, a server system with batteries in Building 29005, and a fire extinguisher with ozone-depleting chemicals in Building 29002. The report recommends removing and properly discarding these hazardous materials before demolition, with options for reuse and recycling where applicable. The survey adheres to EPA and Montana DEQ regulations, aiming to inform Jacobs Government Services Company for the planned demolition and development of a Consolidated Maintenance Facility.
A10_1879 Combined Photos.pdf
PDF3437 KBDec 22, 2025
AI Summary
The document primarily consists of a series of warning and danger signs, indicating critical safety concerns and regulations within a facility. Key warnings include strict prohibitions against tampering with fire alarm panels, in accordance with NFPA 1-15.3, and clear directives against smoking. Additionally, there are explicit danger warnings about flammable liquids, suggesting the presence of hazardous materials. The document also contains images related to heating supply and efficiency, possibly hinting at areas where these safety measures are particularly relevant. Overall, the file emphasizes adherence to safety protocols and hazard awareness, which is crucial for maintaining a secure environment and complying with regulatory standards, potentially within a government-operated or government-funded facility.
A11_29001 Combined Photos.pdf
PDF963 KBDec 22, 2025
AI Summary
The provided file contains only fragmented and illegible characters, rendering it impossible to identify any main topic, key ideas, or supporting details. The content consists of uninterpretable symbols, making a comprehensive summary unachievable. Therefore, no meaningful information can be extracted or summarized from this document.
A12_29002 Combined Photos.pdf
PDF338 KBDec 22, 2025
AI Summary
The provided document,
A13_Exterior Box Photos.pdf
PDF7072 KBDec 22, 2025
AI Summary
The provided document, likely a technical diagram or specification for a security or alarm system, illustrates a 'MODEL 5300 MONITOR' with various input and output channels. It features connections for 'POWER,' 'RELAY,' 'PROGRAMMER MODULE,' and a 'HORN/ALARM ACKNOWLEDGE' with 110V AC power. The diagram includes channels labeled 'MSA,' 'MSP,' 'CHANNEL A,' and 'CHANNEL B,' along with what appear to be input or control points denoted by 'A,' 'B,' 'F HOC,' 'JCKEY,' 'VISA,' and numerical values like '9000' and '5000.' A critical note indicates 'Not with Fire Panell,' suggesting it's not designed for integration with fire alarm systems. This document outlines the components and basic wiring of a monitoring system, likely for security or industrial applications, emphasizing its power, alarm, and programming capabilities while clarifying its limitations regarding fire panel integration.
A14_QA Demo 1879 29001 29002_updated 22 Dec 25.pdf
PDF138 KBDec 22, 2025
AI Summary
This document outlines responses to questions regarding Amendment 1 of solicitation FA4626-26-R-0003 for DSN/CSN Demolition in Buildings 1879, 29001, and 29002. Key points clarify that electrical line trenching details are in new drawings, and lead/asbestos abatement in Building 1879 (CLIN 0009) is based on a 2011 report for specific pipe fittings, with the contractor responsible for an updated survey. CLIN 0004 and 0005 will be amended to reflect that no asbestos or lead was found in Buildings 29001 and 29002 per a Terracon report, thus unforeseen conditions for these materials are only applicable to Building 1879. All five exterior poles outside Building 1879 must be removed. Stamped fire alarm drawings are not required, and the horse stable fire alarm system can be down for two days during FACP/RTP relocation to Building 1934 (exterior east side). Existing fire alarm system drawings are unavailable, and pull stations in horse stables are conventional. Dedicated 20A circuits are required for the FACP and RTP in Building 1934. Information on handholes/manholes is in new drawings or items are disregarded. Building 29001 has no power connection. The pre-bid meeting attendee list will not be released. The new proposal due date is December 29th at 2 PM MST. A new bid form (Attachment 15) is required for the added CLIN 0011, and bid guarantees must be submitted on a Standard Form 24.
A14_Q and A dated 18 Dec 2025.pdf
PDF286 KBDec 22, 2025
AI Summary
This document addresses questions and answers related to the FA4626-26-R-0003 DSN/CSN Demo project involving buildings 1879, 29001, and 29002. Key topics include the clarification of electrical trenching requirements and the status of electrical connections in Building 29001, which has been adjusted in the SOW and drawings. Significant attention is given to lead and asbestos abatement, with amendments to CLINS 0004 and 0005 to reflect the absence of these materials in specific reports, while CLIN 0003 remains for unforeseen conditions. CLIN 0009 specifically covers asbestos abatement in Building 1879 based on a 2011 report, and the contractor is responsible for new asbestos and lead-based paint reports. The project also entails the complete removal of five exterior poles outside Building 1879. Fire alarm system modifications are detailed, including the relocation of the FACP and RTP from Building 1879 to the exterior of Building 1934 within a two-day downtime, and the provision of new 20A circuits. No stamped drawings are required for the fire alarm system, and existing pull stations in the horse stables are conventional. Handhole/manhole locations are clarified through new drawings, and Comm Fiber in Building 29001 can be abandoned in place.
A15_Updated Section B CLIN schedule.pdf
PDF70 KBDec 22, 2025
AI Summary
This government file, part of an RFP, details services and associated pricing for the demolition of multiple buildings and site remediation. Key services include design, mobilization, demolition of Buildings 1879, 29001, and 29002, utility disconnection, site work (backfilling, grading, seeding), and bonding. Additionally, the project encompasses asbestos and lead paint abatement of known materials, investigation for other potential hazardous materials, and relocation of the fire alarm panel for Building 1879. All services are structured as Firm Fixed Price, lump sum contracts, covering all labor, materials, and equipment. The document highlights the presence of known asbestos-containing materials and notes that unforeseen asbestos discoveries during design will necessitate a contract modification.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
amendedLatest Amendment· Description UpdatedDec 22, 2025
deadlineResponse DeadlineDec 29, 2025
expiryArchive DateJan 13, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4626 341 CONS LGC

Point of Contact

Name
Jillian Urick

Place of Performance

Malmstrom AFB, Montana, UNITED STATES

Official Sources