Demolition B9329
ID: FA466125Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 9329 at Dyess Air Force Base in Texas. The project requires complete demolition, including the removal of foundations, sidewalks, utilities, and associated materials, while ensuring compliance with safety regulations and environmental standards. This procurement is set aside exclusively for 8(a) small businesses, with an estimated contract value between $25,000 and $100,000, and a performance period of 180 calendar days following the notice to proceed. Interested contractors must submit their proposals, including a technical approach and pricing documents, by November 25, 2024, and can contact Nathaniel Joines at nathaniel.joines.1@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil for further information.

    Files
    Title
    Posted
    The document serves as a price breakdown for a federal RFP concerning the demolition of Building 9329 at Dyess Air Force Base, TX, under contract FNWZ 23-0011. It categorizes costs by construction divisions, highlighting labor and materials, with specific attention to general conditions and various construction tasks. The total construction cost reflects minimal entries, primarily indicating a base pricing of $2.00 attributed to labor, while material costs are not fully itemized across the divisions. The document outlines typical invoicing categories and aspects included under each division, including general liability, site grading, and demolition. However, many divisions reflect $0.00 for both labor and materials, suggesting limited scope or detail provided at this stage. As a pricing component for a federal government procurement process, this breakdown is essential for transparency and assessment of contractor proposals, ensuring compliance with federal funding standards, specifically using 529 funds for eligible expenses. The two-hour submission requirement emphasizes the urgency often attached to federal contracting timelines, highlighting the structured approach used in the RFP process.
    The Contract Progress Report outlines the status of the demolition project for Building 9329, managed by One Great Mystery Construction, Inc., under project number FNWZ 23-0011. Covering the period from x/xx/2021 to x/xx/2022, the report indicates that only 37.5% of the total job is completed, evenly distributed across various work elements, each showing 1% completion, except for the Operations & Maintenance, As-Builts, & Closeout section, which shows 1.5%. This document serves as a tool for the Contracting Officer to assess progress payments in accordance with the contract. It requires certification from both the contractor and the contracting officer to validate completion percentages and adherence to specifications. The straightforward structure of the report highlights each work element's progress, ensuring transparency and accountability for the project as it moves forward. The report emphasizes the importance of ongoing monitoring for compliance with federal and local contracting standards, relevant to government RFPs and grants.
    The solicitation FA466125Q0002 outlines the requirements for a construction project involving the demolition of Building 9329 at Dyess Air Force Base, Texas. The procurement is set aside for small businesses under the 8(a) program, emphasizing local service engagement. Interested contractors must submit proposals, including capability statements, technical approaches, and detailed pricing by the deadline of November 25, 2024. The evaluation criteria focus on price and technical acceptability, with project costs estimated between $25,000 and $100,000. The contract mandates a performance period of 180 calendar days following the notice to proceed, with specific bonding and insurance requirements. The government will not incur liability for payment until the contract funds are authorized, emphasizing secure financial management. This solicitation reflects the federal government's commitment to stimulate small business participation in public works while ensuring projects meet technical and safety standards.
    The Statement of Work (SoW) for the demolition of Building 9329 at Dyess Air Force Base, Texas, outlines comprehensive requirements for the project designated FNWZ 23-0011. The scope includes the complete demolition of the building, including removal of foundations up to three feet below ground, sidewalks, utilities, and associated materials such as HVAC units, plumbing, and electrical systems. The contractor is responsible for ensuring compliance with safety regulations, including OSHA guidelines, and must verify existing site conditions. An asbestos survey conducted prior to demolition confirmed that the building contains no materials with asbestos levels above 1%, thus eliminating the need for abatement actions. Soil restoration following demolition is required, including the application of topsoil and grass seed. The document specifies strict communication protocols, outlining that all project directives must come from the Dyess AFB Contracting Officer. Additionally, various attachments include reports on asbestos analysis and project specifications. The project emphasizes safety, regulatory compliance, and environmental standards, positioning it within typical practices for government RFPs focused on infrastructure management.
    The document outlines wage determinations for building construction projects in Callahan, Jones, and Taylor Counties, Texas, based on General Decision Number TX20240278. It establishes requirements under the Davis-Bacon Act, ensuring that contractors pay minimum wage rates influenced by Executive Orders 14026 and 13658. For contracts starting or renewed post-January 30, 2022, workers must be compensated at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum rate is $12.90. The document lists specific wage rates and fringe benefits for various trades, including boilermakers, electricians, and operators, noting that rates may include adjustments for local union agreements. It also emphasizes the necessity for contractors to provide paid sick leave as mandated by EO 13706. Additionally, it details the appeals process for wage determination disputes, giving instructions for requesting reviews and outlining the hierarchical structure for appeals. This wage determination is essential for compliance with federal contracting laws while facilitating fair wages for construction workers.
    Lifecycle
    Title
    Type
    Demolition B9329
    Currently viewing
    Solicitation
    Similar Opportunities
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses for a design-build project focused on the demolition of Dorm 631 at Malmstrom Air Force Base in Montana. The project requires the development of two conceptual drawings leading to complete construction documents, as well as the actual demolition of the building, including its foundation and site utilities, followed by site grading and landscaping. This initiative is part of the Air Force's commitment to effective facility management and compliance with federal contracting regulations. The anticipated contract value ranges from $1 million to $5 million, with a performance period of approximately 190 days; the Request for Proposal (RFP) is expected to be released on or after November 8, 2024, and will close around December 10, 2024. Interested parties should contact Cody Babinecz at cody.babinecz@us.af.mil or 406-731-4608 for further details.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for a construction project at Dyess Air Force Base in Texas. The project involves the construction of a new refueler truck yard and an administrative and laboratory facility for the 7th Logistics & Readiness Squadron Fuels flight. The refueler truck yard will include a parking area, secondary containment, lighting, and pavement markings. The administrative and laboratory facility will be a single-story building with various features such as reinforced concrete foundation, masonry walls, metal wall panels, and a metal roof. The project is a competitive, firm-fixed price contract and is set aside for small businesses. The estimated duration of the project is 549 calendar days. The solicitation is anticipated to be issued in September 2024, with proposals due in October 2024. Contractors must be registered with the System for Award Management (SAM) database to be eligible for contract award.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.
    Demolition and Renovation of Lab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the demolition and renovation of Lab Building 343 at Point Mugu, California. This project involves comprehensive upgrades, including the removal and replacement of ceiling tiles, lighting fixtures, and HVAC components, with a focus on adhering to safety and environmental regulations. The contract is set aside for small businesses, with a total estimated value between $100,000 and $250,000, and interested parties must submit their quotes by October 31, 2024. For further inquiries, contractors can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    NAVAL AIR STATION CORPUS CHRISTI CCAD B340 RAMP REBUILD
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the B340 Ramp Rebuild project at Naval Air Station Corpus Christi, Texas. This procurement aims to award a firm-fixed price contract to a small business contractor for the repair and alteration of real property, with a project magnitude estimated between $1,000,000 and $3,000,000. The successful contractor will play a crucial role in enhancing the operational capabilities of the Corpus Christi Army Depot. Interested parties should note that a site visit is scheduled for October 22, 2024, at 8:30 A.M. (CDT), and proposals are due by November 14, 2024, at 3:00 P.M. (CST). For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    DSCR - B19 Partial Demo
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the partial demolition of Building 19 at the Defense Supply Center in Richmond, Virginia. This project, designated under solicitation number SP4703-25-R-0005, requires contractors to adhere to strict safety and regulatory standards, including compliance with the International Building Code and National Fire Protection Association guidelines, while ensuring the preservation of existing fire hydrant placements and service mains during the demolition process. The contract will be awarded based on the lowest priced, technically acceptable offer, with a firm-fixed price and an expected performance period of 365 days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further details.
    99 CES COCESS Recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is crucial for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested parties must submit their quotes by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.
    Demolition of Aircraft and Test Articles
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking small business contractors for the demolition of aircraft and test articles at NASA Langley Research Center. The project involves the removal of nine aircraft and various test structures, with the primary goal of ensuring that all items are irreparably damaged to prevent reuse of any parts. This initiative is crucial for maintaining a safe and clean research environment by managing obsolete equipment and materials. Interested vendors must submit their quotes by October 29, 2024, and are encouraged to participate in a scheduled site visit on the same date. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.