Mold and Asbestos Remediation Vance AFB F713-112

SOL #: 208017-BK-112Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3029 71 FTW CVC
ENID, OK, 73705-5037, United States

Place of Performance

Enid, OK

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 11, 2025
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Jan 5, 2026, 4:00 PM

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 (FA3029 71 FTW CVC) is seeking contractors for Mold and Asbestos Remediation services at Vance Air Force Base, Facility 713, Room 112, Enid, Oklahoma. This opportunity involves the abatement of hazardous materials and associated demolition work. The official published date for this notice is February 23, 2026.

Scope of Work

This Statement of Work (SOW) outlines requirements for the comprehensive remediation of asbestos, mold, and mildew, including all necessary incidental work to deliver a complete and usable finished product.

  • Location: Vance Air Force Base (AFB), Facility 713, Room 112, Enid, Oklahoma.
  • Primary Tasks: Abatement of asbestos, mold, and mildew; demolition of interior fixtures and finishes. This includes removal of drop-down ceiling tiles and grid, interior doors, closet doors, thresholds, drywall, wall insulation, ceramic wall tiles, flooring, casework, thermal pipe insulation, pipe wrap, white mastic, and bathtub/shower.
  • Exclusions: The PTAC air conditioning unit and exterior door are to remain.
  • Owner Demolition: Appliances (microwave, stove, refrigerator), plumbing fixtures, electrical fixtures, fire protection fixtures, furniture, and the bathroom mirror will be demolished by the owner prior to contractor work.
  • Period of Performance: A total of 75 calendar days, comprising up to 45 calendar days for mobilization and material lead time, followed by 30 calendar days for performance after the Notice to Proceed.

Key Requirements & Compliance

  • Hazardous Materials: Strict adherence to asbestos abatement protocols is mandatory, including disposal in accordance with the Oklahoma Asbestos Control Act and relevant OSHA/NESHAP standards.
  • Safety: Compliance with DAFMAN 91-203 and OSHA standards is required.
  • Personnel: The contractor must provide a qualified Superintendent and Quality Control (QC) representative.
  • Submittals: Required submittals include material submittals, shop drawings, Safety Data Sheets (SDS), an asbestos work plan, training certificates, and licensing.
  • Materials: All materials must meet the Buy American Act. Hazardous chemicals require approved SDS.
  • Site Access: Compliance with Installation Security Requirements for personnel and vehicles is essential.
  • Work Hours: Normal work hours are 7:30 a.m. to 4:30 p.m., Monday-Friday; extended hours require prior approval.
  • Government Property Protection: The contractor is responsible for protecting government property and restoring any damaged areas to their original condition or better.

Contract Details

  • Contract Opportunity Type: Award Notice (Note: Despite this classification, the provided documents describe requirements for a solicitation.)
  • Product/Service Code: F108 - Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support.
  • Set-Aside: None specified.
  • Published Date: February 23, 2026.
  • Contact: Betty S. Kliewer, betty.kliewer.ctr@us.af.mil, 5802137582.

Important Documents

  • Non-Commercial Representations and Certifications Form: This mandatory form (PR-TMP-25) requires offerors to provide current, accurate, and complete representations and certifications as a condition of award. Failure to complete it may result in rejection. Offerors registered in SAM may use electronic certifications if criteria are met.
  • Vendor Authorization Request Template: This document provides instructions for vendors to submit necessary information to ASRC Federal (or the contracting entity) for authorization, new vendor setup, or reactivation, including Taxpayer Identification Number (TIN), contact information, entity details, and electronic payment enrollment.
  • Wage Determination (WD2015-5857 REV17): Specifies minimum wage rates and fringe benefits for various occupations under the Service Contract Act in Oklahoma County, Oklahoma. It includes requirements for Executive Orders 14026 ($17.75/hr) and 13658 ($13.30/hr), health and welfare benefits ($5.55/hr), vacation, holidays, and hazardous pay differentials.
  • General Terms and Conditions Commercial Items Govt Prime Contract Rev 8: Outlines standard terms and conditions, including FAR, DFARS, and other agency flowdown provisions, governing contracts for commercial items. This document is crucial for understanding contractual obligations, compliance requirements, and risk management.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4
Award Notice
Posted: Feb 23, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 15, 2025
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Dec 15, 2025
Version 1
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Mold and Asbestos Remediation Vance AFB F713-112 | GovScope