JBSA FSH B2652 Harlequin Theater Demo w/Abatement
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 JBSA Lackland Contracting Squadron is conducting a Sources Sought to identify qualified small businesses for Demolition with Abatement Services at Building B2652, Harlequin Theater, JBSA Fort Sam Houston, TX. This market research aims to determine the acquisition strategy for a potential Firm Fixed-Price (FFP) contract. Responses are due by Friday, April 24, 2026, at 1000hrs CDT.
Scope of Work
The contractor will provide all labor, equipment, materials, and management for the full structural demolition of Building B2652 to 3ft below grade. Key services include:
- Demolition: Removal of the entire 19,684 sq ft, two-story wood-frame building, concrete slabs, foundations, vaults, and surrounding features (pads, sidewalks, sign, fence, canopy, vegetation).
- Abatement: Comprehensive abatement of identified hazardous materials, including asbestos, lead-based paint, PCBs, and mercury, as detailed in the HazMat Report.
- Environmental Compliance: Adherence to JBSA Environmental Protection Specification (Section 01 57 20), including SWPPP, Hazardous Waste Management Plan, soil testing, and refrigerant recovery.
- Utilities: Identification, disconnection, capping, and verification of all overhead and underground utilities within five feet of the building.
- Site Restoration: Grading, filling, compaction, and seeding to restore the site.
- Required Plans: Submission of an Accident Prevention Plan (APP), Demolition Plan, Environmental Plan, Grading Plan, Hazard Analysis, Hazardous Waste Management Plan, Materials Testing, Quality Control Plan, and Asbestos Abatement Plan.
Contract Details
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 238910 (Site Preparation Contractors) with a $19M size standard.
- PSC Code: P400 (Demolition Of Buildings).
- Anticipated Award Type: Firm Fixed Price (FFP).
- Period of Performance: Anticipated 120 days from contract award.
Set-Aside & Eligibility
This is market research specifically querying the market for small businesses. The government will use responses to determine if a small business set-aside is appropriate or if it will be procured through full and open competition. Interested firms should identify their socio-economic concerns (e.g., 8(a), HUBZone, SDVOSB, WOSB, SDB).
Submission & Evaluation
Interested firms should submit a completed Sources Sought Notice/Questionnaire, a capability statement (limited to 2 pages), and any questions/concerns. This is a voluntary submission for market research purposes only and does not guarantee a contract award. No evaluation letters or results notifications will be issued.
Key Dates
- Response Due: Friday, April 24, 2026, 1000hrs CDT.
- Published Date: April 15, 2026.
Contact Information
All correspondence should be sent to:
- Contract Specialist: Teresa Sullivan (teresa.sullivan.4@us.af.mil)
- Contracting Officer: Emily Rodriquez (emily.rodriguez.8@us.af.mil)