Bid Date: 2025-09-01

Project Description:
Synopsis
Project Summary Description: This project is for a firm-fixed price contract. This requirement will be solicited on a Competitive Section 8(a) basis. The work of this project is defined by the contract documents. The project includes but is not limited to the following: The Contractor will be tasked with providing performance-based Wake Island (WI) demolish buildings 1601 & 1407 service and adhere to all requirements as outlined with the Performance Work Statement. The location of the performance is WI. The contractor will provide all management, supervision, labor, materials, supplies, repair/replacement components, tools, and shall plan, schedule, coordinate the completion of all work/services specified in the Statement of Work (SOW).

All demolition work & debris removal shall be conducted at the highest levels of efficiency compatible with the current nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal and local laws, and regulations. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including but not limited to: National Fire Prevention Association (NFPA), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA). The Request for Proposal (RFP)/solicitation is anticipated to be issued on or about 15 August 2025.

Offers will be due on or about 20 calendar days later. The actual date of receipt for proposals will be stated on the solicitation. No public bid opening procedures are applicable for this solicitation. Contractors must be registered & current in SAM.gov prior to providing a proposal and shall continue to be registered until the time of the award, during performance, and through final payment of any contract. After award, the successful offeror will be given a written Notice to Proceed and shall provide contractual services for a one-year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about 5 Sep 25.

This procurement is open to only Section 8(a) business concerns with the below NAICS. The North American Industry Classification System (NAICS) code is 238910 with a size standard of $19.0 million. The PSC is P400. This requirement is Lowest Price Technically Acceptable (LPTA). There is no action code or solicitation number associated with this requirement to date. The contracting office zip code is 99506 (Please note this is not the same zip as the place of performance). Any questions regarding this notification should be directed to the Contracting Specialist, Christie Moyer at christie.moyer@us.af.mil.

Attachments
No attachments have been added to this opportunity.

PDFs are being updated, check later