Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2025 SAM #8678
SOLICITATION NOTICE

P -- Demolition of Ammo Buildings

Notice Date
8/28/2025 1:07:56 PM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA4613AMMODEMO
 
Archive Date
09/15/2025
 
Point of Contact
Chad Evans, Phone: 3077736648, Arthur Makekau, Phone: 3077736829
 
E-Mail Address
chad.evans.19@us.af.mil, arthur.makekau@us.af.mil
(chad.evans.19@us.af.mil, arthur.makekau@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Pre-Solicitation Notice: The Government currently plans to issue a solicitation for the demolition of up to 5 (five) WWII era ammo storage facilities on F. E. Warren AFB, WY. This acquisition is a Small Business set-aside under NAICS code 238910 Site Preparation Contractors with a size standard of $19.0 million. The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform demolition services of Buildings at F. E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, local laws, regulations and safety requirements in the Performance Work Statement (PWS). These are single-story structures. The exterior walls are constructed atop reinforced concrete foundation walls. There is a crawl space under the elevated concrete floor slabs. The exterior walls are masonry construction. The roof construction of these buildings consists of steel angle roof trusses and corrugated asbestos roofing. The ceiling construction consists of steel ceiling joists and corrugated asbestos ceiling panels. The Government does not wish to salvage the corrugated, asbestos ceiling panels. The buildings are currently being used for storage. The Government will remove all items they want to keep, prior to the site visit. Remainder of what is left shall become property of the Contractor and shall be removed from the Base. The Government does want to keep all metals, including copper, aluminum, steel, etc., demolished from the site as indicated above. The contractor shall deliver all salvaged metals to the base recycling yard at the south end of the Base. The government has some original existing drawings for contractors to review prior to bidding. The government does not guarantee the drawings are accurate as-built drawings. Existing drawings are dated between 1927 and 1941. Contractor shall verify the accuracy of existing drawings. The contractor shall demolish foundation walls and other below-grade construction, including concrete foundations, footers, slabs and pavements. The contractor shall completely fill below-grade areas and voids resulting from the demolition. Demolition of underground utilities serving Buildings including, sewer, potable water, and natural gas services to the nearest manhole, or other junction as applicable. The contractor shall verify all underground utility locations. The contractor shall provide structural fill and compact all new structural fill to 90% of the Standard Proctor density upon completion of building demolition. Provide 4� of topsoil and seed to match existing adjacent prairie grass. Grade to match existing adjacent grade and provide positive drainage from site. BASE BID: Demolish Bldgs. 2242, and 2243. Bldg. 2242 is approx. 21 feet wide x 34 feet long, including an 8� deep concrete porch. Building 2243 is approx. 27�-6� wide x 51�-6�. Contractor to field verify. Contractor to field verify existing conditions, dimensions and quantities before bidding. The Government would like the contractor to salvage and turn over all metals that are demolished, including copper, aluminum, steel, etc., and deliver to the Base recycling yard at the south end of the Base. Asbestos and lead abatement are part of this contract and are the contractor�s responsibility. Base Bid acceptance by the government is contingent upon funding availability. The existing drawings label Bldg. 2242 as 602 and Bldg. 2243 as 603. BID OPTION 1: Demolish Buildings 2240, and 2241. These buildings are approximately 21 feet wide x 34 feet long, including an 8� deep concrete porch. Contractor to field verify existing conditions, dimensions and quantities before bidding. The Government would like the contractor to salvage and turn over all metals that are demolished, including copper, aluminum, steel, etc., and deliver to the Base recycling yard at the south end of the Base. Asbestos and lead abatement are part of this contract and are the contractor�s responsibility. The Government may or may not accept Bid Option 1. BID OPTION 2: Demolish Bldg. 2244. Bldg. 2244 is similar in size and construction to Bldg. 2243. Contractor to field verify existing conditions, dimensions and quantities before bidding. The Government would like the contractor to salvage and turn over all metals that are demolished, including copper, aluminum, steel, etc., and deliver to the Base recycling yard at the south end of the Base. Asbestos and lead abatement are part of this contract and are the contractor�s responsibility. The Government may or may not accept Bid Option 2. The contractor shall abide by all local, state, and federal EPA guidelines and regulations during the performance of the awarded contract. In accordance with Department of Defense (DoD) policy, all contractors must be registered in System for Award Management (SAM), https://www.sam.gov, to be eligible to receive an award. It is anticipated that the Request for Proposal (RFP) will be issued on or about 4 September 2025 and will be posted on the Government-wide Point of Entry (GPE) at https://www.sam.gov. Questions shall be submitted in writing and directed to: TSgt Chad Evans, Contract Specialist: chad.evans.19@us.af.mil; and Mr. Arthur Makekau, Contracting Officer: arthur.makekau@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49bd361dcf9d4a3e8b1e749122d4b126/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07570801-F 20250830/250828230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.