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
  1. 1
    Posted Sep 6, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 18, 2024, 12:00 AM UTC
  3. 3
    Due Sep 20, 2024, 8:00 PM UTC
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
Sep 18, 2024, 4:20 PM UTC
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.
Sep 18, 2024, 4:20 PM UTC
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.
Sep 18, 2024, 4:20 PM UTC
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.
Sep 18, 2024, 4:20 PM UTC
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
MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT SERVICES AT COLUMBUS AIR FORCE BASE, MS and KEESLER AIR FORCE BASE, MS: Request For Information (RFI) / Sources Sought for Market Research Purposes Only.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide environmental remediation services at Columbus Air Force Base and Keesler Air Force Base in Mississippi. This Request for Information (RFI) aims to identify potential sources capable of fulfilling the requirements outlined in the draft Performance Work Statement (PWS), which includes site investigations, remedial actions, and the operation and maintenance of remedial systems across sixteen Installation Restoration Program sites. The procurement is part of the Air Force's Optimized Remediation Contract initiative, emphasizing cost-effective and results-oriented remediation strategies while ensuring compliance with federal, state, and local regulations. Interested parties must submit their capabilities statements by April 8, 2025, to the primary contact, Nathan Fry, at nathan.fry.7@us.af.mil, with a focus on tailored responses that address the specific requirements detailed in the PWS.
Temporary Lodging Facilities (TLFs) and Magnolia Inn
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the comprehensive renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The project aims to standardize the quality and sustainability of the TLF units across five buildings through extensive upgrades to various systems, including electrical, plumbing, and interior finishes, while adhering to established codes and sustainable design principles. This initiative is crucial for maintaining high standards in military housing and ensuring compliance with federal regulations, including wage determinations under the Davis-Bacon Act, which mandates minimum wage rates for construction projects. Interested contractors should contact Laura K. Morant at laura.morant.3@us.af.mil or 662-434-7767, and must submit proposals electronically within the specified timeframe, with a project budget estimated between $1,000,000 and $5,000,000. A site visit is scheduled for April 9, 2025, and all RFIs must be submitted by April 14, 2025.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base, Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and Dover AFB Installation Facilities Standards. This project is crucial for maintaining the infrastructure and aesthetic integrity of the base, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
Lead Abatement
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a Lead Abatement project at the 148th Fighter Wing in Duluth, MN. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to perform lead abatement in the Bullet Trap Area of Building 820, which includes all surfaces within the 4,800 square foot indoor shooting range. This project is critical for ensuring environmental safety and compliance within the facility. Interested small businesses should contact Rebecca Dimler at rebecca.dimler@us.af.mil or call 218-788-7242 for further details, as this opportunity is set aside for total small business participation under the SBA guidelines.
Aircraft Painting - Two Piper Warrior Aircraft
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft at Hanscom Air Force Base in Massachusetts. The project requires contractors to follow the detailed Statement of Work, which includes inspection, paint stripping, and repainting using specified materials, while ensuring compliance with FAA regulations. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aerospace assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the anticipated contract type being Firm Fixed Price and a completion timeline of 60 days from aircraft delivery.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, through the Air Force's 99th Contracting Squadron, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base, Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance, ensuring the paint booths maintain a minimum operational rate of 96% from June 22, 2025, to June 21, 2030. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, with questions accepted until April 18, 2025; interested parties should contact Lisa Hallberg at lisa.hallberg.1@us.af.mil for further information.
Hot Sticks and Gloves Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors for Hot Sticks and Gloves Testing services at Travis Air Force Base in California. The procurement aims to ensure the testing and maintenance of electrical hot line tools and rubber protective gear, requiring contractors to adhere to ASTM, ANSI, and OSHA standards while conducting biannual and annual inspections of the equipment. This testing is crucial for maintaining safety and compliance in Air Force operations involving electrical equipment. Interested parties must submit their company details and capability statements by April 8, 2025, to the primary contact, Garrett Brandt, at garrett.brandt@us.af.mil, or the secondary contact, John De Pedro, at johnrexter.depedro@us.af.mil, as part of the market research process.
FY25 Paint and Rubber Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of airfield painted markings and rubber deposits from runways and taxiways, followed by the application of new markings in compliance with established federal standards and specifications. The project is crucial for maintaining airfield safety and operational efficiency, with a contract value estimated between $250,000 and $500,000. Interested contractors must submit their sealed bids by April 7, 2025, and can direct inquiries to SrA Junious Buchanan at junious.buchanan@us.af.mil or SrA Jada Davis at jada.davis.3@us.af.mil.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
Medical Testing BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for medical testing services at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement aims to provide comprehensive occupational health exams for reservist and civilian firefighters, including new hire physicals and associated laboratory tests, in compliance with federal health regulations and Air Force standards. This initiative is crucial for maintaining the health and safety of approximately 1,200 personnel, ensuring they meet required medical and occupational standards. Interested contractors must submit their quotations by 10:00 a.m. EST on April 14, 2025, to the primary contact, Ashley A. Senich, at ashley.senich@us.af.mil, or by mail to the specified address.