Demolish Aircraft Buildings
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, specifically the 47 CONF CC office at Laughlin Air Force Base, TX, is conducting a Sources Sought for Site Preparation Contractors to demolish unoccupied aircraft buildings. This is for market research and planning purposes only, not a request for quotation. The project involves demolishing Buildings 15 and 54, including asbestos abatement, utility removal, and site restoration. Responses are due by March 4, 2026.
Scope of Work
This project requires the demolition of two specific buildings (Building 15 and Building 54) and their foundations at Laughlin AFB, TX. Key tasks include:
- Asbestos abatement.
- Demolition of structures, interior and exterior electrical, HVAC systems, and plumbing.
- Removal of utilities back to their feeds and capping.
- Site restoration, including backfilling, grading, and seeding/stabilizing the soil.
- Removal of sidewalks and installation of fencing.
- Hazardous materials testing for buildings and soil.
- Disposal of demolition debris off-base, with reuse/recycling encouraged.
- Adherence to airfield safety requirements and specific UFC codes.
Contract & Timeline
- Type: Sources Sought / Market Research
- Reference Number: F2R3C16016A001
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238910, Site Preparation Contractors
- Size Standard: $19.0 Million
- Period of Performance: 126 calendar days (91 days for submittals, 35 days for construction) after two Notices to Proceed.
- Response Due: Wednesday, March 4, 2026
- Published: February 24, 2026
Submission Requirements
Interested firms must submit a capabilities package (maximum 5 pages) that includes:
- Unique Identification Code (UEI), CAGE Code, and SAM expiration date.
- Company's business size (annual revenues, employee count) and socio-economic status (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB).
- Anticipated teaming arrangements, delineating prime and subcontractor work.
- Description of similar services provided to government and commercial customers.
- Three past references with contact information and contract numbers.
- Anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.
Additional Notes
This notice is for information and planning only; it does not constitute a commitment by the Government. All respondents must be registered in the System for Award Management (SAM.gov). Future information regarding this acquisition will be issued via SAM.gov. Submissions should be sent electronically to benjamin.sanders.2@us.af.mil and joselynn.cooper@us.af.mil.