Dodd Hall HazMat Survey, F. 448

SOL #: FA480026Q0023Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4800 633 CONS PKP
LANGLEY AFB, VA, 23665, United States

Place of Performance

GRASSY CREEK, VA

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Mar 31, 2026, 8:30 PM

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 issuing a Request for Quote (RFQ) for a comprehensive Hazardous Material (HAZMAT) survey of Dodd Hall, Facility 448, at JBLE-Langley, VA. The purpose of this survey is to identify the scope of asbestos and lead-based paint remediation required prior to the building's demolition. This opportunity is a 100% Small Business Set-Aside. Proposals are due by March 31, 2026.

Scope of Work

The contractor will conduct a comprehensive HAZMAT survey, including initial site assessment, destructive field testing, and accredited laboratory analysis for asbestos and lead-based paint. Key deliverables include a Field Assessment Report and a Final Comprehensive Report detailing findings, photographs, laboratory results, and recommendations, with quantified estimates of contaminated materials. All work must comply with OSHA, EPA, and local regulations. The contractor is responsible for providing all necessary personnel, equipment, materials, and supervision.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: April 13, 2026, to May 15, 2026
  • NAICS Code: 562910 (Environmental Remediation Services, with a size standard of $25,000,000)
  • Set-Aside: 100% Small Business Set-Aside

Submission & Evaluation

Proposals will be evaluated based on Price, Technical, and Past Performance. Technical and Past Performance will be rated on an "Acceptable/Unacceptable" basis. The award will be made to the responsible offeror with the lowest evaluated price among those with an "Acceptable" technical rating. Offerors are required to submit their best pricing and technical information upfront. The previously required site visit has been removed; no site visit will be held.

Key Dates

  • Questions Due: March 24, 2026, at 3:00 PM EST
  • Responses to Questions: March 26, 2026, at 4:00 PM EST
  • Proposals Due: March 31, 2026, at 4:30 PM local time
  • Published Date: March 18, 2026

Additional Notes

This solicitation includes various FAR and DFARS clauses. Electronic submission of payment requests via Wide Area WorkFlow (WAWF) is mandatory. A Wage Determination (WD 2015-4341 Rev 32) is provided, which is crucial for calculating labor costs. Utilities at Dodd Hall are cut off; the contractor must furnish a generator if needed.

People

Points of Contact

Lester A. YearwoodPRIMARY
Vanity WrightSECONDARY

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Apr 1, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 18, 2026
Version 1
Solicitation
Posted: Mar 18, 2026
View