Demolition of Officers Club
ID: FA663325B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6633 934 AW PKMINNEAPOLIS, MN, 55450-2100, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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 bids for the demolition of the Officers Club buildings 390 and 395 at the Minneapolis-St. Paul Air Reserve Base. The project requires contractors to provide all necessary services, including permits, supervision, labor, materials, and equipment, to safely execute the demolition while adhering to environmental and safety regulations. This initiative is crucial for addressing deteriorating infrastructure and enhancing safety standards at military installations. Interested small businesses must register in the System for Award Management (SAM) and submit their bids by the deadline following the solicitation posting, with an estimated contract value between $500,000 and $1 million. For further inquiries, potential bidders can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for demolishing the Officers Club at the Minneapolis Air Reserve Station under Project Number QJKL 24-0011. The contractor is responsible for providing all necessary services, materials, labor, and equipment for the demolition of buildings 390 and 395, which have been abandoned and are subject to vandalism. The scope includes concrete repairs, site verification, and minimal disturbance to surrounding areas. The contractor must comply with all relevant regulations and acquire necessary permits, especially for asbestos management. Key requirements include the establishment of a quality control system, safety protocols, and waste management procedures. The project duration should not exceed 120 calendar days from the notice to proceed, with detailed progress reporting required. Environmental protections must be adhered to, with an emphasis on preventing hazardous waste generation. Additionally, the contractor is obligated to maintain clear communication and provide necessary oversight throughout the project. Final acceptance of work will depend on meeting all performance standards, documentation, and inspections specified in the contract. Overall, this document serves as a comprehensive guideline for safely and efficiently executing the demolition project in compliance with federal and local standards.
    The project involves the demolition of the Officers Club (B395), which has been vacant since May 2016, leading to significant degradation and security risks due to break-ins. The demolition scope includes removing two buildings, various site utilities, and landscaping debris, with a focus on safety and regulatory compliance throughout the process. Previous asbestos abatement completed indicated no asbestos in sampled areas; however, concealed locations may still contain asbestos, and lead-based paint presence is also possible. Contractors must adhere to strict submittal, invoicing, and safety regulations, ensuring that a qualified superintendent supervises the project. A preconstruction meeting is required to establish administrative requirements, and work permits must be obtained for excavation tasks. Furthermore, a comprehensive Accident Prevention Plan (APP), tailored to the unique aspects of the demolition, is essential for maintaining safety standards. This project aligns with federal and state construction and safety regulations, reflecting the government's commitment to addressing deteriorating infrastructure and enhancing community safety while complying with environmental standards and guidelines. The execution of these works requires careful planning, strict adherence to safety protocols, and consistent monitoring of contractor performance to ensure timely and compliant completion.
    The document outlines the demolition project for the Officers Club (Building 395) at Minneapolis-St. Paul International Airport, managed by the United States Air Force Reserve. The project involves a comprehensive demolition plan, including the removal of structures, utilities, and hazardous materials identified within the facility. Key features include detailed site mapping, existing conditions, and a list of drawings related to the project. The demolition works aim to safely remove physical structures while ensuring compliance with public health and safety regulations, especially regarding the handling of hazardous materials like mold, lead-based paint, and potential asbestos. Precautions for environmental protection and proper site restoration are mandated, including utility cap procedures and maintaining access to essential services. Additionally, the project emphasizes the need for coordination with local authorities and compliance with state regulations. This initiative reflects the government's commitment to improving facility usage and safety standards at military installations while addressing environmental concerns during demolition activities.
    This document outlines the Minnesota wage determination for construction contracts under the Davis-Bacon Act, specifically for building projects in Hennepin County. It establishes minimum wage rates and labor classifications for various construction roles effective in 2025. The minimum wage for workers on contracts awarded after January 30, 2022, is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document provides detailed classifications and wage rates for various trades, including electricians, plumbers, and machine operators, highlighting union and survey rates. Additionally, it addresses compliance with Executive Orders regarding paid sick leave and annual adjustments of wage rates. The appeals process for wage determination disputes is also included, detailing how affected parties can request reviews and reconsiderations. Overall, this wage determination serves as an essential guideline for ensuring fair compensation in federally funded construction projects in Minnesota.
    The document outlines a Request for Proposal (RFP) for the demolition of the Officer's Club located at HWY 5 & Post Road (Contract No: QJKL 24-0011). It details the required preconstruction and closeout submittals, including vital plans such as the Demolition Plan, Accident Prevention Plan, and Construction Waste Management Plan. The project necessitates various submissions like certificates, test reports, and compliance documents to ensure adherence to safety, environmental, and regulatory standards throughout the demolition process. The contractor is yet to be determined, and the submittal register indicates a structured approach for contractor actions, highlighting submission timelines and approvals needed. This RFP is an essential part of ensuring a safe and compliant demolition operation, reflecting the federal government's commitment to meticulous project planning and execution.
    The Bid Bond document serves as a guarantee in the bidding process for federal contracts, indicating a Principal's commitment to fulfill contractual obligations upon bid acceptance. It stipulates the conditions under which the bond becomes void, primarily if the Principal executes required contracts and provides necessary bonds within specified timeframes. The bond is executed by both the Principal and Sureties, ensuring financial accountability. Sureties must be approved by the Department of the Treasury, and their liability can be specified as a percentage of the bid amount, with limits outlined. The document outlines procedures for accurate completion, including the need for corporate seals and signatures to validate the bond. The purpose is to safeguard the government by confirming that the bidding entity can cover potential costs exceeding their bid in case of contract non-execution. The guidelines provided ensure compliance with regulations while minimizing paperwork burden, as noted by the included OMB control number. This Bid Bond is essential in the context of federal Request for Proposals (RFPs) and grants as it reinforces financial responsibility and trustworthiness in government contracting processes.
    This document outlines the conditions and obligations related to a performance bond required for government contracts, specifically Standard Form 25. The principal (the contractor) agrees to fulfill all terms and modifications of the contract while the sureties (bonding companies) guarantee payment of a specified penal sum to the U.S. Government if the principal defaults. The bond is void if the principal follows all contract stipulations, including payment of taxes associated with the project. The form requires all parties involved to provide their legal names, business addresses, signatures, and corporate seals where applicable. The document emphasizes compliance with government regulations, urging the use of approved sureties and documenting any co-surety arrangements. Additionally, it reflects the government’s intent to ensure contractors are financially accountable for their obligations under federal grants and contracts, enhancing the integrity and reliability of public projects. The form is authorized for reproduction and must be completed accurately to be valid.
    The document is a standard payment bond form, specifically Standard Form 25A (REV. 10/2023), used to protect those supplying labor and materials under U.S. government contracts as mandated by 40 USC Chapter 31, Subchapter III. It outlines the binding agreement between the principal (contractor) and the sureties, ensuring that payments for labor and materials are made. Essential components include the penal sum of the bond, the legal names and addresses of the principal and sureties, and the execution of the bond with necessary signatures and seals. The form highlights conditions under which the obligation is void, typically if the principal pays all persons with a direct relationship tied to the contract. It also includes specific instructions for completing the form, emphasizing compliance with regulations regarding the eligibility of sureties and the format of execution. This document is necessary for federal, state, and local procurement processes to guarantee the financial responsibilities of contractors. Proper adherence to this form ensures protection for workers and suppliers involved in government projects.
    The document outlines a federal solicitation for the demolition of the Officer's Club buildings 390 and 395 at the Minneapolis Air Reserve Station. The project, classified as an Invitation for Bid (IFB), emphasizes the need for a contractor to provide professional services, including necessary permits, supervision, labor, materials, and equipment. The estimated project cost ranges between $500,000 and $1,000,000, and the magnitude of the acquisition is set aside for 100% small businesses, with a noted NAICS code of 238910 and a size standard of $16.5 million. The contractor must commence performance within 120 calendar days of receiving the notice to proceed and is required to furnish performance and payment bonds. Additionally, compliance with various federal regulations, including insurance and labor laws, is mandated. The document warns potential bidders that funds are not currently available for the project, and no awards will be made until funding is secured. The scope of work, along with relevant attachments detailing specifications and drawings, is crucial for interested bidders to understand what is needed for the job. This solicitation exemplifies the formal contracting process within government operations, highlighting regulations and requirements tied to federal projects.
    The document serves as an amendment to a federal solicitation pertaining to a contract modification, specifically focused on acknowledging receipt of the amendment and detailing changes to bidding requirements. Key changes include the adjustment of the bid guarantee percentage from 100% to 20% of the bid price, affecting the financial commitment required from bidders. The amendment outlines necessary submission methods for acknowledging the amendment and stipulates repercussions for failing to meet acknowledgment deadlines, which could lead to bid rejection. The document emphasizes the importance of maintaining compliance with federal acquisition regulations and retains all previous terms and conditions unless explicitly changed by this amendment. Overall, it ensures transparent communication of modifications and reinforces the procedural framework essential for entities participating in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    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 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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.