Demo Buildings 1879, 29001, 29002
ID: FA4626-26-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, 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 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.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Cable Installation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Industry Day - Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is hosting an Industry Day for the Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects. This event aims to provide industry partners with essential information about the Sentinel Program, gather feedback, and promote communication between the government and industry stakeholders. The Industry Day is scheduled for January 13, 2026, from 9:00 AM to 12:00 PM PST at the Oxbow Building in Seattle, WA, with a maximum capacity of 60 attendees. Interested vendors must pre-register by December 17, 2025, or until capacity is reached, and are required to complete a vetting process via a secure DoD Safe Drop-Off link. For further inquiries, attendees can contact Kyla Couch at kyla.m.couch@usace.army.mil or Andrea Jackson at andrea.g.jackson@usace.army.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.