Asbestos Removal
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 Asbestos Removal and Replacement Services at Langley AFB, VA. This is for market research to identify qualified contractors for asbestos pipe insulation removal and replacement in Facility 566. The government is assessing industry capabilities and potential set-aside options. Responses are due April 23, 2026.
Scope of Work
The requirement involves the safe removal of all asbestos-containing pipe insulation and its replacement with new, non-asbestos insulation in the crawlspace of Facility 566. Key tasks include:
- Asbestos Abatement: Inspection, establishment of regulated work areas with containment and negative air pressure, worker decontamination, wet methods for removal, proper containerization and disposal of waste at a licensed facility, and air monitoring.
- Insulation Replacement: Installation of new, non-asbestos pipe insulation that meets building codes and energy efficiency standards, ensuring proper fit and security.
- Site Restoration: Thorough cleaning of the work area using HEPA vacuums and wet cleaning, final visual inspection, clearance air sampling, and removal of all containment and equipment.
- All work must comply with applicable federal, state, and local regulations (U.S. EPA, OSHA).
- Work is to be conducted during normal business hours (0700-1600hrs, Monday-Friday), excluding federal holidays, unless otherwise approved.
Contract & Timeline
- Type: Sources Sought (for information and planning purposes only)
- NAICS: 562910, Remediation Services (Size Standard: $25M)
- Product Service Code: F108, Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
- Anticipated RFQ Release: On or about April 24, 2026
- Anticipated Award: On or about May 8, 2026
- Response Due: April 23, 2026, at 12:00 p.m. Eastern Time
- Published: April 21, 2026
Submission & Eligibility
- Interested parties must submit a capabilities package (maximum 8 pages) outlining key business abilities relevant to the requirement.
- Responses must address specific questions provided in Attachment 1 (Market Research Questionnaire).
- Submissions should be sent via email to Vanity Wright (vanity.wright@us.af.mil) and Radost Griffin (radost.griffin@us.af.mil).
- Respondents must be registered in SAM.gov under NAICS 562910.
- The government is specifically asking respondents to identify if their company is a Small Business concern, indicating a potential future set-aside.
- Contractor qualifications include a valid state license for asbestos abatement, certified personnel (EPA/OSHA), and adequate insurance (general liability, workers' compensation, asbestos-specific).
Additional Notes
This is not a solicitation or a commitment to acquire services. All information submitted will be used solely for market research purposes. A draft Statement of Work (SOW) is provided to detail the size, scope, and complexity of the requirement. Email confirmation of submitted information will be provided.