Lead Based Paint Testing
ID: FA302224Q0361Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

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 seeking qualified contractors to conduct lead-based paint testing at various buildings scheduled for renovation at Columbus Air Force Base in Mississippi. The primary objective is to investigate the presence of lead-based paint on both interior and exterior painted surfaces, ensuring compliance with environmental regulations prior to construction activities. This testing is crucial for maintaining safety standards and regulatory compliance during renovation projects within federal facilities. Interested vendors must complete mandatory Controlled Unclassified Information (CUI) training and submit their proposals by September 20, 2024. For further inquiries, potential offerors can contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Carson Songy at carson.songy@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines solicitation FA302224Q0361, detailing numerous clauses incorporated by reference that govern contracts, primarily within the Department of Defense (DoD). Key areas of focus include requirements for contractor transparency regarding whistleblower rights, compliance with cybersecurity measures for safeguarding defense information, and prohibitions against contracting with entities connected to the Maduro regime or using certain telecommunications services and equipment deemed security risks. The document emphasizes the importance of electronic processes for payment requests via the Wide Area Workflow system, outlines guidelines for small business participation, and stipulates labor standards and anti-trafficking provisions. Additional clauses relate to compliance with environmental regulations, equal opportunity employment requirements, and minimum wage standards for contractors under certain executive orders. Overall, this RFP serves to ensure contractors adhere to strict legal, ethical, and operational standards crucial for protecting national security interests, promoting transparency, and supporting small business engagement within federal contracts. The comprehensive structure reflects the multifaceted nature of federal procurement, balancing operational requirements with regulatory compliance to foster an ethical contracting environment.
    The document outlines protocols for managing Controlled Unclassified Information (CUI) within the Department of Defense (DoD), emphasizing the classification, access, and dissemination of such information. CUI refers to unclassified data that requires safeguarding due to legal, regulatory, or policy mandates. It categorizes CUI into two levels: Basic and Specified, each with distinct handling requirements. The document details the various categories of CUI, ranging from Controlled Technical Information to Military Personnel Records. Key points include the necessity for access controls based on authorized purposes, adherence to specific marking requirements for documents, and the importance of protecting CUI against unauthorized disclosure. Procedures for the reproduction, destruction, and transportation of CUI are also outlined, ensuring compliance with relevant NIST standards. Additionally, the document stresses the importance of reporting violations related to CUI, highlighting potential penalties for unauthorized disclosures. Overall, it serves as a comprehensive guide for federal entities involved in RFPs and grants by underscoring best practices for managing sensitive unclassified information, thus facilitating accountability and security in both federal and state/local governmental operations.
    The Department of the Air Force, specifically the 14th Flying Training Wing at Columbus Air Force Base, issued a memorandum outlining the requirements for safeguarding Controlled Unclassified Information (CUI) for contractors. Effective immediately, this memo mandates that all contractors must comply with CUI procedures before and after awarding contracts. Key obligations include completing Department of Defense CUI training, signing the acknowledgment memorandum, and reporting any CUI disclosure incidents within 72 hours. Contractors face serious consequences—potential retraining, base debarment, or contract termination—if they fail to comply with these guidelines. This document underscores the importance of CUI protection in maintaining national security and outlines the federal regulatory framework governing such information. Overall, it acts as a formal notification to contractors regarding their responsibilities related to CUI, promoting awareness and compliance within the contracting community at CAFB.
    The document outlines a Statement of Work for lead-based paint testing on several buildings (B238, B240, B242, B244, B246, B452, B453, B454) scheduled for renovations. The primary aim is to investigate the presence of lead-based paint on painted surfaces before construction begins, conducted by an EPA and MDEQ accredited inspector. The testing encompasses both interior and exterior visible painted surfaces, with samples taken randomly from suspect areas without demolishing building components. A comprehensive report detailing tested locations, collected data, laboratory results, and findings will be provided after the inspection. Additionally, the document specifies operational procedures, responsibilities of the Contracting Office Representative, Contractor’s Representative, and essential safety and security protocols for personnel on the installation. It emphasizes compliance with environmental laws and the need to report any spills or damage to government property. Payment terms are fixed-price based on completed work without ups front payments or unauthorized changes. The main purpose of this document is to establish guidelines and requirements for a contractor to safely and effectively perform lead-based paint testing to ensure the safety and regulatory compliance during renovation projects within federal facilities.
    Unfortunately, the document provided is not accessible and does not contain any meaningful content to summarize. It only presents a notice suggesting upgrading Adobe Reader to view the intended document. As such, there are no main topics, key ideas, or supporting details to extract or summarize. For a review and analysis, a substantive document is necessary to proceed effectively. Please provide a different document for summarization purposes.
    Lifecycle
    Title
    Type
    Lead Based Paint Testing
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lead-Based Paint Evaluation Support Services
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking qualified 8(a) contractors to provide Lead-Based Paint Evaluation Support Services across four regional Home Ownership Centers (HOCs) in the United States. The procurement involves performing lead-based paint inspections, visual assessments, stabilization plans, and clearance examinations for HUD-owned properties built before 1978, ensuring compliance with federal, state, and tribal regulations. This initiative is crucial for maintaining safe housing standards and addressing potential health hazards associated with lead exposure. The government intends to award four single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, each with a maximum value of $4 million, covering a five-year ordering period from March 24, 2026, to March 23, 2031. Interested parties must submit their quotes by December 19, 2025, at 14:00 CT, and can direct inquiries to Christopher Rodriguez or Luke Maloney via email.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    AMARG Large Component Blast Booth
    Dept Of Defense
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, 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.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    Demo B6119
    Dept Of Defense
    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. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    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.