Demo Reef Dining Facility, Bldg 90326
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, 1 SOCONS, is soliciting bids for the demolition of Building 90326, the Demo Reef Dining Facility, at Hurlburt Field, FL. This is a Total Small Business Set-Aside for a single award, Firm-Fixed-Price contract under Sealed Bid procedures. The project involves complete demolition, hazardous material abatement, utility work, and site restoration. Bids are due April 30, 2026, at 2:00 PM CST.
Scope of Work
The contractor shall furnish all labor, materials, tools, and supervision for the complete demolition and site restoration of Building 90326. This includes wet demolition of the main building, foundation, site features (walls, roof, slabs, sidewalks, footings, equipment pads, shrubbery), and associated concrete/asphalt driveways. The scope also covers testing, abatement, and legal disposal of hazardous materials such as asbestos (ACM), lead-based paint (LBP), and contaminated soil. Utility work involves disconnection and capping of all building utilities (water, sewer, gas, electrical) and coordination with relevant entities. Site restoration requires backfilling, fine grading, laying sod, and 60-day maintenance of newly conditioned turf areas. Repairs include replacing approximately 1092 square feet of sidewalk and 182 linear feet of curbing.
Contract Details & Requirements
This will be a single award, Firm-Fixed-Price contract awarded under Sealed Bid procedures (FAR Part 14) and FAR Part 36. The estimated magnitude is between $250,000 and $500,000. The Total Small Business Set-Aside uses NAICS Code 236220 with a $45.0M size standard. Bid Bonds are required with the proposal, and Payment and Performance Bonds are required within ten (10) days of contract award. Prospective contractors must be registered in SAM.gov. The Period of Performance is 240 days from the Notice to Proceed (NTP).
Key Considerations
Funding: Funds are not presently available for this contract. No award will be made until funds are available, and the Government's obligation is contingent upon the availability of appropriated funds. The Government reserves the right to cancel this solicitation without reimbursing offerors for costs. Hazardous Materials: A January 2009 survey for ACM/LBP is provided, identifying materials like drywall, ceiling tiles, and pipe insulation. Contaminated soil is part of the scope, and bidders must estimate abatement and disposal costs. Drawings: As-Builts and CAD Drawings are available but too large to attach; interested parties must email to receive a DoD Safe Link. While as-builts will be provided, bidders are responsible for verifying their accuracy. Utilities: Water is available on-site at no charge for wet demolition (requires backflow preventer). Gas lines, owned by Okaloosa Gas, require capping by the contractor. Most base-owned utilities will be shut down by 1SOCES.
Submission & Deadlines
Bids are due by April 30, 2026, at 2:00 PM Central Standard Time (CST). The bid opening will be conducted at the 1st Special Operations Contracting Squadron Conference Room, 350 Tully Street, Bldg. 90039, Hurlburt Field, FL 32544. Submissions must be sent via FedEx or UPS only; regular USPS mail will not be accepted. The Government reserves the right to award to other than the lowest proposed price.
Contacts
- Primary: Victoria Shuler (victoria.shuler@us.af.mil, 850-884-3324)
- Secondary: Tina Kneip (tina.kneip.1@us.af.mil, 850-884-4941)