Asbestos, Carpet, and Furniture removal
ID: FA468625Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract involving the removal of asbestos, carpet, and furniture at Beale Air Force Base in California. The project entails the removal of existing carpet, installation of new carpet, relocation and storage of furniture, and abatement of asbestos-containing materials in designated areas, all while adhering to federal, state, and local safety standards. This procurement is crucial for maintaining a safe and updated facility environment, ensuring compliance with health regulations, and enhancing operational efficiency. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 25, 2025, with work expected to commence between February 19 and May 31, 2025. For further inquiries, vendors can contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force is hosting a site visit related to the Request for Proposal (RFP) FA468625Q0006 for the carpet, asbestos, and furniture move at the Legal Office on Beale Air Force Base. Scheduled for 13 February 2024 at 09:30 AM, the visit will begin at the 9th Contracting Office and involve multiple specialists including A1C Kyle Kline and TSgt Bradley Manriquez. Interested vendors must submit an Entry Access List (EAL) by the deadline of 10 February 2024, at 10:00 AM PST to attend. The agenda includes introductions, a safety briefing, and strict rules of engagement prohibiting discussions about finances or future projects during the site visit. Questions must be submitted in writing by 19 February 2024 to ensure all inquiries are properly addressed. The event underscores the careful protocol surrounding government contracting processes, emphasizing safety and compliance standards for prospective vendors as they explore service needs at the designated location. This meeting represents a key step in the procurement process, allowing for vendor engagement and operational clarity.
    The document outlines a federal solicitation for a Women-Owned Small Business (WOSB) contract involving commercial products and services at Beale Air Force Base. The project, identified by requisition number FA468625Q0006, includes carpet removal and installation, furniture removal and storage, and asbestos abatement, all priced under firm fixed arrangements totaling $19 million. Vendors are invited to submit offers by February 25, 2025, with performance expected between February 19 and May 31, 2025. The proposal specifies inspection and acceptance procedures, emphasizing adherence to the Statement of Work provided. Key elements include payment processing via the Wide Area Workflow system and compliance with various federal acquisition regulations. The document highlights the government's commitment to supporting WOSB and includes clauses ensuring contractors meet environmental, safety, and ethical standards. Overall, this solicitation demonstrates the government's focus on promoting diversity in contracting while ensuring high-quality service standards at military installations.
    This memorandum from Beale Air Force Base outlines a Request for Proposal (RFP) for carpet removal and installation, furniture relocation, and asbestos abatement in Building 2419. The project involves the removal of existing carpet, installation of new carpet except in tiled areas, and requires contractors to follow specific ordering procedures as per the Air Force Carpet II Ordering Guide. The furniture, including desks, chairs, and electronic devices, must be removed and stored during the installation and returned to its original layout afterward. Additionally, contractors will need to address asbestos-containing material present in two identified rooms prior to carpet installation, adhering to relevant federal, state, and local safety standards. Access to the base requires an entry authorization list, and work must be performed during specified hours, excluding federal holidays and potential base closures due to extreme weather. The project aims to be completed by May 31, 2025, although contractors may propose alternative timelines if necessary. Overall, this RFP highlights the Air Force's commitment to safety, compliance, and efficient execution of facility updates.
    The Department of the Air Force is organizing a site visit for vendors interested in a project involving carpet, asbestos management, and furniture relocation at Beale Air Force Base. This event is scheduled for 10 February 2024, at 09:30 AM, beginning at the 9th Contracting Office. Attendees must submit an Entry Access List to specified contracting officials by 3 February 2025. The agenda consists of introductions and strict safety protocols, including remaining with the group and adhering to engagement rules, which prohibit discussions regarding finances or future projects. Written questions must be submitted by 11 February 2024. After meeting, participants will proceed to the Legal Office where the contracted services are required. This site visit is a critical component of the procurement process associated with the contract FA468625Q0006, aiming to ensure compliance with regulations and facilitate vendor engagement effectively.
    The document outlines the procedures and requirements for personnel entry access to Beale Air Force Base (AFB) under the REAL ID Act, effective August 15, 2016. It specifies that individuals can be placed on the Entry Access List (EAL) for up to 29 days, with a transition period of 15 business days to secure a Department of Defense ID System (DBIDS) card. Any access beyond this duration requires submission of an 1172 form or a memo from the contracting officer. Key information required for the EAL includes the employee's legal name, date of birth, driver's license number, Social Security Number (SSN), and sponsor details; failure to provide this information results in automatic denial of access to Beale AFB. The document emphasizes the importance of accurate and timely submission of access requests to ensure efficient processing and compliance with federal regulations. Overall, it serves to maintain security while facilitating necessary access for contractors and personnel.
    The asbestos report identifies asbestos-containing materials (ACMs) with concentrations exceeding one percent, focusing specifically on friable materials, which pose a greater health hazard. The report categorizes the material, such as carpet glue with 1% asbestos content, under EPA regulations and notes the total quantity present. It emphasizes that all floor mastic should be treated as ACM due to visual observations. The report mandates that any asbestos abatement must comply with relevant State and Federal regulations and be performed by a licensed contractor. It also stresses the precaution that all unmentioned materials should be assumed as ACM until proven otherwise, requiring further sampling before proceeding with any work. The document is referenced with a lab identification number for record-keeping and potential follow-up. Overall, this report serves as a critical guide for safe handling and compliance regarding the presence of asbestos in the building, aligning with regulatory standards necessary for any renovation or demolition efforts.
    The document addresses a question regarding the feasibility of a phased approach for moving furniture during a carpet removal and installation project, as outlined in Solicitation No. FA468625Q0006. The contractor inquired whether furniture could be shifted to one side of the building to allow for the carpet work to proceed and then reversed for the second half, rather than requiring complete removal and off-site storage. The response confirms that this proposed method is permissible, allowing for continued progress without the need for external storage solutions. This Q&A reflects the government's flexibility in procurement processes, aiming to facilitate efficient project execution while adhering to budgetary and logistical considerations.
    The document pertains to a Q&A session regarding Solicitation No. FA468625Q0006, focusing on the carpet removal and installation project, which includes furniture moving and asbestos considerations for the Air Force. Key inquiries address furniture relocation processes, including the possibility of a phased approach to avoid external storage, which was confirmed as permissible. Other questions cover who is responsible for moving desk content, and the readiness of areas for furniture removal, which refer back to a specified Performance Work Statement (PWS). The Air Force will manage the emptying of refrigerators and file cabinets. Furthermore, contractor staging is permitted in designated parking areas near the office and building. This document showcases the project's logistical planning and the responsibilities delineated for both contractors and the Air Force, ensuring a seamless execution of the project while maintaining safety and efficiency protocols.
    The document consists of a Q&A section regarding Solicitation No. FA468625Q0006, which pertains to a new contract for moving services involving carpet, asbestos, and furniture. The primary purpose is to clarify inquiries from potential contractors concerning the nature of the contract and subcontracting limitations. Key points include that this is a brand-new contract without an incumbent provider, confirming that no existing contract number applies. Additionally, the document addresses a query regarding the limitations on subcontracting as outlined in clause FAR 52.219-14. It clarifies that these limitations are applicable specifically to certain categories of service providers, reinforcing adherence to federal procurement regulations. This communication is essential for transparency in the procurement process, ensuring that all interested parties have a clear understanding of the contract requirements and stipulations regarding subcontracting. It reflects the government's commitment to fairness and compliance in the awarding of federal contracts.
    The document outlines a series of Questions and Answers regarding Solicitation No. FA468625Q0006, specifically related to carpet replacement, asbestos removal, and furniture relocation services. It confirms that this is a new contract without an incumbent provider. Key inquiries revolve around subcontracting limitations, asbestos reporting, necessary site plans, and vendor approvals. The law office associated with the project will be closed during the operations, and various attachments provide additional information, including previous asbestos reports and floor plans. Contractors need to understand the approved government sources for materials and procedures for accessing the facility, as acknowledgment of entry requests is managed separately from SAM.gov. The updated Performance Work Statement (PWS) includes comprehensive details about approved Tier 1 contractors and specifications for carpet styles and colors vital for the project. Overall, the document serves to clarify requirements, procedures, and contacts for contractors engaged in the compliance-driven services related to the project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    FA301625Q6048 - Carpet Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide carpet cleaning services at Joint Base San Antonio-Lackland, covering buildings 2167 and 2169. The contract entails a base year plus four annual options, requiring comprehensive carpet cleaning services including inspection, pre-vacuuming, sanitizing, and steam cleaning, with an emphasis on using eco-friendly products and maintaining high standards of cleanliness due to the presence of high-profile visitors. Interested contractors must submit their quotes by March 21, 2025, at 12:00 PM CDT, and are encouraged to attend a site visit scheduled for March 13, 2025, to better understand the requirements. For further inquiries, potential bidders can contact Colten Paynter or Rhyne Stroupe via their provided email addresses.
    Asbestos & Lead Based Paint Abatement
    Buyer not available
    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.
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for flooring installation at Buckley Air Force Base, with a total contract value of $19 million. The project involves the procurement and installation of quartz flooring for the Fire Station and Main Apparatus Bay, covering approximately 6,570 square feet, and requires completion within 120 calendar days from the award date. This flooring is crucial for maintaining safety and functionality in high-traffic emergency service areas, ensuring durability and slip resistance. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further details, with proposals due by March 21, 2025.
    509-25-105 - Asbestos Abatement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an asbestos abatement project at the VA Augusta Healthcare System in Georgia. The project involves the removal of approximately 2,750 square feet of asbestos-containing materials from designated rooms, with a focus on ensuring compliance with safety regulations and minimizing disruption to healthcare operations. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the VA's commitment to supporting veteran enterprises. Interested contractors must submit their quotes by March 14, 2025, and are required to adhere to strict timelines and regulatory standards, with a project budget estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Jason Kinchen, the Contracting Officer, at jason.kinchen@va.gov or by phone at 762-383-9045.
    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.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project aims to enhance operational safety and efficiency within the air traffic control environment, ensuring compliance with federal safety standards and minimal disruption to ongoing activities. The total project budget is estimated between $50,000 and $100,000, with a site visit scheduled for February 7, 2025, and proposals due by March 14, 2025. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details and to ensure compliance with submission requirements.
    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.
    PORTNSY-M22 Remove and replace carpet, wood laminate and cubicles 1st and 2nd deck
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors for the removal and replacement of carpet, wood laminate, and cubicles on the 1st and 2nd decks of a designated facility. This procurement aims to enhance the office environment by ensuring that the flooring and workspace are updated and functional, which is crucial for maintaining operational efficiency. The contract is set aside for 8(a) certified businesses under the NAICS code 238390, focusing on other building finishing contractors, with a PSC code of Z2AA for repair or alteration of office buildings. Interested parties should reach out to Rachel Honecker at rachel.honecker@navy.mil or call 757-396-1010, or contact Taylor Carson at taylor.carson@navy.mil or 757-396-0685 for further details.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.