Demolition Services Dodd Hall, Facility 448
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting a Sources Sought for Demolition Services at Dodd Hall (Facility 448) located at Joint Base Langley-Eustis (JBLE) – Langley, VA. This notice aims to identify qualified 8(a) Certified Small Business concerns under NAICS 238910 (Site Preparation Contractors; size standard: $25M) capable of performing the complete demolition. Responses are due May 13, 2026.
Scope of Work
The anticipated scope includes:
- Complete structural demolition and removal of Facility 448 and its associated maintenance shed.
- Abatement and proper disposal of hazardous materials (e.g., asbestos, lead-based paint).
- Site clearing, debris removal, and final site restoration, including grading and reseeding.
- Disconnection and capping of all underground utilities (water, sewage, electrical, communication) back to the main.
- Special Salvage: Careful removal and preservation of the main front and rear rounded doors with frames, and 200 complete, undamaged roof tiles.
- Work must ensure no disturbance to adjacent buildings and protection of adjoining property.
Contract & Timeline
- Type: Sources Sought (for market research purposes only; not a request for quote or proposal).
- Set-Aside: 8(a) Set-Aside (FAR 19.8) is being considered.
- NAICS Code: 238910 (Site Preparation Contractors), Size Standard: $25M.
- Period of Performance: 120 days total (90 days for demolition/disposal, 30 days for seeding/grass establishment).
- Response Due: May 13, 2026, 4:30 p.m. Eastern Time.
- Published: May 8, 2026.
Submission & Evaluation
Interested 8(a) firms must submit a capability package (maximum 12 pages) outlining their abilities relevant to the requirement and addressing specific questions in Attachment 1 (Market Research Questionnaire). Submissions should be emailed to Vanity Wright (vanity.wright@us.af.mil) and Lester Yearwood (lester.yearwood.1@us.af.mil). This information will be used to determine the acquisition strategy (e.g., 8(a) set-aside or direct award).
Additional Notes
A draft Statement of Work (SOW) is attached for detailed information. This is for planning purposes only; interested parties must monitor SAM.gov for future solicitations.