Opportunity

SAM #FA481926R0014

Demolition Services for Five Buildings at Tyndall Air Force Base, FL

Buyer

325th Comptroller Squadron

Posted

April 17, 2026

Respond By

May 20, 2026

Identifier

FA481926R0014

NAICS

238910

This opportunity from the Department of the Air Force seeks a contractor for Demolition Phase 19 at Tyndall Air Force Base, Florida. - Government Buyer: - Department of the Air Force, Air Combat Command, 325th Contracting Construction Flight - Scope of Work: - Demolition of five buildings/facilities at Tyndall AFB - Contractor must provide all professional services, permits, equipment, labor, tools, materials, and ancillary items - Requirements: - Compliance with Unified Facilities Criteria (UFC), United States Army Corps of Engineers, Uniform Building Code (UBC), International Building Code (IBC), Air Force Standards, Department of Defense Directives, Florida State Statutes, Florida Department of Transportation, National Electric Code (NEC), OSHA, Department of Environmental Protection, EPA, and ADA - Set aside for Service-Disabled Veteran Owned Small Businesses - NAICS code 238910 (Site Preparation Contractors), size standard $19.0M - Contract Details: - Single award, firm-fixed price - Period of performance: 365 calendar days after notice to proceed - No specific OEMs or vendors are named in the solicitation - Place of Performance: - Tyndall Air Force Base, Florida - Contracting office located at Tyndall AFB

Description

This is the official synopsis for the Demolition Phase 19 contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract. The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets forth the requirements for a Request for Proposal (RFP) contract site specifically demolition of 5 buildings/facilities located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3-250-01, UFC 3-250-03, UFC 3-600-01, United States Army Corps of Engineers, Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions. All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 238910 will apply to this acquisition. The size standard for this NAICS code is $19.0M. This requirement is being solicited as a 100% Service-Disabled Veteran Owned Small Business set aside. The period of performance is estimated at 365 calendar days total after notice to proceed. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using Trade-Off, best value procedures. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The government intends to hold a site visit. The exact date and time is identified in the solicitation attachment: 13. Attachment 1 L and M Demo 19. The entire RFP will be made available only on SAM via the PIEE Solicitation module. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. Interested contractors are encouraged to submit their contact information by registering as an interested vendor. Any questions and responses regarding this notice should be directed to the 325th Contracting Construction Flight by adding the following contacts in the To block frances.montgomery@us.af.mil and bernard.husted.2@us.af.mil. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for FA481926R0014Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module

View original listing