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.