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
Apr 7, 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 soliciting proposals for a Hazardous Material (HAZMAT) Survey of Dodd Hall, Facility 448, at JBLE-Langley, VA. This 100% Small Business Set-Aside opportunity aims to identify asbestos and lead-based paint prior to the building's demolition. Proposals are due by April 7, 2026.

Scope of Work

The requirement is for a comprehensive HAZMAT survey, including:

  • Initial Site Assessment: Conduct an initial assessment and walk the site with a Government representative.
  • Field Assessment: Access all facility areas, including lodging rooms, offices, corridors, service areas, and mechanical rooms. Perform destructive testing to sample potentially contaminated materials.
  • Laboratory Analysis: Submit collected samples to an accredited laboratory for analysis of asbestos and lead-based paint.
  • Report Preparation: Prepare a comprehensive report detailing findings, photographs, laboratory results, and recommendations. Quantify contaminated materials for a detailed cost analysis.
  • Compliance & Safety: Ensure full compliance with OSHA, EPA, and local regulations, and implement safety measures to protect personnel and occupants.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: April 13, 2026, to May 15, 2026.
  • Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
  • Solicitation Number: FA480026Q0023
  • Proposal Due Date: April 7, 2026, 8:30 PM ET (extended by Amendment 0002).
  • Published Date: March 31, 2026.

Evaluation

Proposals will be evaluated based on Price, Technical, and Past Performance. Technical proposals and Past Performance will be rated on an "Acceptable/Unacceptable" basis. Award will be made to the responsible offeror with the lowest evaluated price and an "Acceptable" rating for both Technical and Past Performance. Offerors must submit their best pricing and technical information upfront.

Key Amendments & Notes

  • Site Visit: The mandatory site visit requirement has been removed by Amendment 0001. No site visit will be held.
  • Wage Determination: Attachment 2 (WD 2015-4341 Rev 32) provides minimum wage rates and fringe benefits under the Service Contract Act, crucial for labor cost calculations.
  • Government-Furnished Items: Utilities are cut off; contractors must furnish generators if needed. Water can be tapped from a nearby fire hydrant.
  • Contact: Primary point of contact is Lester A. Yearwood (lester.yearwood.1@us.af.mil).

People

Points of Contact

Lester A. YearwoodPRIMARY
Vanity WrightSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

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