Dodd Hall HazMat Survey, F. 448
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 issuing a Request for Quote (RFQ) for a comprehensive Hazardous Material (HAZMAT) survey of Dodd Hall, Facility 448, at JBLE-Langley, VA. This survey will identify asbestos and lead-based paint prior to the building's demolition. This is a 100% Small Business Set-Aside. Proposals are due March 31, 2026.
Scope of Work
The contractor will conduct a comprehensive HAZMAT survey, including:
- Initial Site Assessment: Walk-through with Government representative.
- Field Assessment: Access all facility areas, perform destructive testing, and collect samples.
- Laboratory Analysis: Submit samples to an accredited lab for asbestos and lead-based paint analysis.
- Report Preparation: Deliver a comprehensive report with findings, photos, lab results, and quantity estimates for contaminated materials.
- Compliance: Ensure adherence to OSHA, EPA, and local regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Solicitation Number: FA480026Q0023
- NAICS Code: 562910 (Environmental Consulting Services), Size Standard: $25,000,000
- Period of Performance: April 13, 2026, to May 15, 2026
- Solicitation Issue Date: March 17, 2026
- Questions Due: March 24, 2026, at 1500
- Proposal Due Date: March 31, 2026, at 04:30 PM local time
- Place of Performance: Dodd Hall, Facility 448, JBLE-Langley, VA
Evaluation
Proposals will be evaluated based on Price, Technical, and Past Performance. Technical and Past Performance will be rated as "Acceptable/Unacceptable." Award will be made to the responsible offeror with a conforming offer, an "Acceptable" technical rating, and the lowest evaluated price.
Special Requirements & Notes
- Mandatory Site Visit: Offerors must attend a site visit to be eligible for award.
- Wage Determination: Wage Determination No. 2015-4341, Revision No. 32, applies, requiring compliance with Service Contract Act minimum wage rates and fringe benefits.
- Submittals: All submittals require Contractor's Quality Control (CQC) representative review and signature on AF Form 3000.
- Government-Furnished: Utilities are cut off; contractor must furnish a generator if needed. Water can be tapped from a nearby fire hydrant with approved backflow preventers.
- Submission: Offerors must complete and submit Standard Form 1449. Electronic submission of payment requests via WAWF is required.
Contact Information
- Primary: Lester A. Yearwood (lester.yearwood.1@us.af.mil, 757-764-2241)
- Secondary: Vanity Wright (vanity.wright@us.af.mil, 757-764-2313)