Demo, Asbestos and Lead Abatement Service at RRMC
ID: FF121620241235Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide demolition, asbestos, and lead abatement services at the Raven Rock Mountain Complex (RRMC) in Pennsylvania. The objective of this procurement is to safely remove hazardous materials from buildings constructed with asbestos-containing materials and lead, ensuring compliance with all relevant federal, state, and local regulations. This initiative is critical for maintaining health and safety standards at sensitive government facilities, and WHS intends to establish a Blanket Purchase Agreement (BPA) for these services. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their capabilities and relevant experience by June 1, 2025, and can contact Miaya M. Patterson at miaya.m.patterson.civ@mail.mil or Stephenie W. Charlot at Stephenie.W.Charlot.civ@mail.mil for further information.

    Files
    Title
    Posted
    The Raven Rock Mountain Complex (RRMC) requires a contractor to perform demolition, asbestos, and lead abatement services under a non-personal services contract. The objective is to safely remove materials from buildings constructed with asbestos-containing materials and associated lead, which are a result of historical construction practices. The contractor will be responsible for all personnel, equipment, and safety protocols, adhering to relevant federal, state, and local regulations. Services will be conducted primarily within designated core hours, with provisions for off-hours if requested. The contractor must maintain a quality control program, submit regular updates on safety and compliance measures, and conduct thorough training for employees, ensuring they are equipped with necessary qualifications and security clearances. Key personnel, including a Site Safety and Health Officer, are mandated to oversee this contract’s execution. All work must address safety protocols, including effective risk management, monitoring of hazardous materials, and appropriate waste handling and disposal practices. Compliance with specific contractor responsibilities and security requirements unique to RRMC emphasizes the importance of maintaining safety and efficiency during operations, reinforcing the commitment to health standards at sensitive government facilities.
    The Washington Headquarters Services/Acquisition Directorate (WHS/AD) has issued a Sources Sought Notice for demolition, asbestos, and lead abatement services at the Department of Defense's Raven Rock Mountain Complex. This notice is for market research purposes, not a solicitation, and aims to gather information on vendor capabilities under NAICS Code 562910 (Remediation Services). WHS/AD plans to establish a Blanket Purchase Agreement (BPA) for necessary remediation services compliant with applicable regulations. Contractors must provide qualified personnel, including a Site Safety & Health Officer and supervisors for asbestos and lead, along with necessary equipment and supervision. Vendors must be registered in the System for Award Management (SAM), be Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and possess a SECRET clearance. Proposals are to include company information, unique identifiers, previous contract experiences, and details about the firm's capabilities. Responses are limited to 10 pages and must be submitted by June 1, 2025. This notice highlights the government's focus on safety and regulatory compliance in remediation efforts while engaging potential small business contractors to fulfill these critical needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide abatement and demolition services for asbestos pipe insulation at the Buffalo Veterans Affairs Medical Center (VAMC) located at 3495 Bailey Ave, Buffalo, NY. The project requires the contractor to complete the work within 21 days of award, including the demolition of approximately 330 square feet of plaster ceiling and the abatement of various asbestos-containing materials in compliance with federal and state regulations. This procurement is critical for maintaining a safe healthcare environment, as it addresses hazardous materials that could pose health risks to patients and staff. Interested contractors must contact Devan Bertch at Devan.Bertch@va.gov for further details and to ensure compliance with all necessary certifications and regulations.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    IDIQ for Roofing in the PWD Pennsylvania AOR
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide roofing repair and replacement services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for various sites in Pennsylvania. The contract will encompass comprehensive roofing maintenance, including hazmat testing and remediation, at three specific Navy locations: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for maintaining the integrity and safety of Navy facilities, with an estimated contract value between $10 million and $25 million over a five-year period, including a minimum guarantee of $5,000 for the initial task order. Interested contractors must register in the System for Award Management (SAM) and can expect the Invitation for Bid to be issued around December 12, 2025; inquiries should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    Snow and Ice Removal Services - Lock Haven, PA (PA060)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for snow and ice removal services in Lock Haven, Pennsylvania. This procurement aims to ensure safe and accessible facilities during winter conditions, highlighting the importance of timely and effective snow management for operational readiness. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561790, which pertains to other services to buildings and dwellings. Interested contractors can find additional details and attachments related to Solicitation W15QKN-26-Q-A008 by visiting the provided link. For inquiries, potential bidders may contact Ronald M. Stinson at 609-562-7036 or via email at ronald.m.stinson.civ@army.mil, or reach out to Katie J. Lyons at 609-562-3535 or katie.j.lyons.civ@mail.mil.
    Franklin Slag Pile Superfund Remediation Project
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the Franklin Slag Pile Superfund Remediation Project located in Philadelphia, PA. This procurement involves a firm fixed-price construction contract aimed at remediating the Franklin Slag site, which has been impacted by historical smelting operations and requires environmental restoration to mitigate its effects on surrounding residential and commercial areas. The project is critical for eliminating potential environmental hazards and facilitating the site's redevelopment to enhance local economic conditions. Interested small businesses must submit their bids by January 15, 2026, and can direct inquiries to Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at brandon.r.mormello@usace.army.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.