Opportunity
SAM #SP470326Q0045
Asbestos Abatement and HVAC Demolition at DSCR Building 60D
Buyer
DLA Distribution Richmond
Posted
May 15, 2026
Respond By
June 13, 2026
Identifier
SP470326Q0045
NAICS
236220, 562910, 238910
The Defense Logistics Agency (DLA) Installation Management Richmond is seeking a contractor for asbestos abatement and demolition of an abandoned air handler system in Building 60D at Defense Supply Center Richmond (DSCR). - Government Buyer: - Defense Logistics Agency (DLA), Installation Management Richmond - DCSO Richmond Division #1, Business Operations - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Demolition and disposal of an abandoned air handler system containing asbestos - Containment, site preparation, installation of barriers, ventilation setup - Asbestos abatement using mechanical removal methods - Hazardous waste disposal off-site with proper manifests - Provision of personal protective equipment (PPE) - Post-abatement clearance testing by a third-party inspector - Sealing of the area after abatement (no replacement HVAC installation) - Unique or Notable Requirements: - Contractor must have at least 5 years of asbestos/toxic chemical remediation experience - Submission of asbestos abatement plan, quality control, and safety plans required - Strict adherence to EPA guidelines for hazardous waste disposal - Contractor must have a bona fide place of business within 125 miles of DSCR for mobilization - Acquisition is set aside for small businesses under NAICS code 236220 - Construction magnitude estimated between $25,000 and $100,000 - Warranty period of one year after final acceptance - Monthly invoicing allowed with up to 80% payment before final acceptance - Place of Performance: - Defense Supply Center Richmond (DSCR), Building 60D, 6090 Strathmore Rd., Richmond, VA 23237 - Period of Performance: - 90 days from Notice to Proceed - One-year warranty after final acceptance
Description
Combined Synopsis/Solicitation for commercial goods and services IAW FAR part 12.
Defense Supply Center Richmond (DSCR) B60 HVAC Demo
This is a solicitation for construction prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice. The solicitation number SP4703-26-Q-0045 is issued as a request for quote (RFQ). The resulting contract will be a firm-fixed price award with a period of performance of 90 days after the Notice to Proceed.
1. OBJECTIVES Contain, demolish and dispose of an abandoned air handler system that has been tested and confirmed to contain asbestos. Once demolished the area where the air handler was located is to be sealed in order to prevent any possible entry to the area it was originally intended for.
2. BACKGROUND Building 60D has an abandoned air handler system that has been confirmed to contain asbestos, which is harmful to humans if exposed. Since the area is mainly for storage, there is no need for a replacement HVAC system to be put in its place and it should be sealed to match the surrounding area.
3. SPECIFIC REQUIREMENTS
The contractor shall: 3.1 Mobilization • Submit an Asbestos Abetment Plan for acceptance prior to mobilization • Deliver any equipment that is to be used in the running of this project such as: scaffolds/lifts, safety equipment, power/metal working tools, etc. • Set up a ventilation system to ensure proper air filtration, decontamination and to always maintain a negative air pressure in the containment area.
3.2 Site Preparation and Protection • Install barriers to isolate the work area. • Make any preparations necessary to ensure the area is contained so that no debris leave the designated work area.
3.3 Asbestos Abatement • Removal Method: Utilize a mechanical method to remove all material that contains asbestos. o The contractor is to submit their method of removal with their proposal, if rejected with applicable time the contractor may revise their proposal with alternative removal method. • Provide Personal Protective Equipment such as respirators, gloves, goggles etc. for all personnel in the containment area. o All personnel in the work area must properly equip all required PPE when in the designated containment area. • Properly collect and dispose of all asbestos-containing debris and wastes hazardous material off site. o All manifests for the disposal of ACM must be signed by the environmental Hazardous Waste Manager prior to shipping material off-site.
3.4 Demobilization and clean up • Have a clearance test performed by a third-party inspector to ensure the area has been decontaminated and is a safe working environment. • Dispose of any contaminated material off-site i.g. tarps used to cover equipment, HEPA filters used for ventilation, other PPE that cannot be reused, etc. in a manner that is in accordance with EPA guidelines. • Provide any post abatement test results to the Project Manager/Contracting Officer Representative.
This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 236220. The small business size standard is $45M.
Department of Labor Wage Determination based on location of the service provided (Richmond, VA). Partial proposals will not be accepted.
For an offer to be considered for award, the contractor must own, possess, or otherwise control a bona fide place of business from which mobilization occurs within 125 miles of Defense Supply Center Richmond. A bona fide place of business refers to a location where the offeror regularly maintains an office with at least one full-time employee. The offeror must include the address of this location in its bid.
Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions included in this notice. Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS. The contractor must be registered in the System for Award Management (SAM) prior to award. If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote.
Acceptable method of quote or inquiries submission is Email to benjamin.maxwell@dla.mil.
A site visit will be held 27MAY26 @1300. See p.46 of SOW for DSCR map for location of DSCR B60 meeting location and parking location. There is a map at the end of the SOW.
In order to attend the site visit interested parties MUST follow the instructions below no less than 5 business days prior to the site visit. This is to allow time for vetting by base security. Plan on arriving at DSCR an hour prior to the site visit time, as the processing time through the visitor center fluctuates. Follow the link below to register through DBIDS, and a QR code should be provided for each visitor. The QR codes MUST be emailed to the Project Manager, Jose Reynoso <Jose.Reynoso@dla.mil.> ((804) 279-2970). The QR code MUST be emailed to the project manager as soon as possible due to the lengthy vetting process of approximately 5 business days. The project manager will also serve as the sponsor for site visit attendees.
A new system was implemented on 3 January 2023 to screen visitors and contractors for installation access at DSCR. The new system is designed to increase efficiencies, enhance the protection of personal information during the vetting process and eliminate the use of hard copy DLA Form 1815s. The new screening system will require visitors and contractors to pre-enroll in DBIDS (Defense Biometric Identification System). To begin the process, visitors and contractors will complete registration through the pre-enrollment website:
https://dbids-global-enroll.dmdc.mil.
Upon entry of their information, visiting personnel will be provided an electronic form to download, which will have an individualized barcode and alpha numeric code. The codes need to be sent to the visiting person’s sponsor. Once in receipt of the barcode, the sponsor will email Security and Emergency Services and provide the barcode and sponsorship information. Once the visitor/contractor is vetted and approved for installation access, Security & Emergency Services will notify the sponsor that the visitor/contractor can go to the DSCR Visitor Center to obtain his/her pass. At the Visitor Center, the visitor provides the barcode and code provided earlier in the process and completes the credentialing process.
See attached SOW for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance.
Questions are due on 29MAY26, end of day. Submit questions via email to benjamin.maxwell@dla.mil.
Quotes are due 15JUN26, end of day.
The point of contact (POC) for this requirement is Benjamin Maxwell (benjamin.maxwell@dla.mil).
Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details.
Period of Performance: 90 days from Notice to Proceed
MAGINITUDE OF CONSTRUCTION 36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV In accordance with FAR Part 36.204(b), the estimated Magnitude of Construction for this contract is between $25,000 and $100,000.