SLED Opportunity · TEXAS · CITY OF KILLEEN

    Demolition and Asbestos Abatement - 202 N 24th St

    Issued by City of Killeen
    cityRFPCity of KilleenSol. 231110
    Closed
    STATUS
    Closed
    due Mar 25, 2026
    PUBLISHED
    Feb 23, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238910
    AI-classified industry

    AI Summary

    The City of Killeen, Texas, is requesting proposals for demolition and asbestos abatement services at 202 N 24th St. Proposals are due by 3:00 pm on March 25, 2026, with an optional pre-proposal meeting on March 12, 2026.

    Opportunity details

    Solicitation No.
    231110
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    February 23, 2026
    Due Date
    March 25, 2026
    NAICS Code
    238910AI guide
    Jurisdiction
    City of Killeen
    State
    Texas
    Agency
    City of Killeen

    Description

    RFP NO. 26-26

    Demolition and Asbestos Abatement - 202 N 24th St

    CITY OF KILLEEN, TEXAS

     

    The City of Killeen will receive sealed Request for Proposals for 26-26 Demolition and Asbestos Abatement - 202 N 24th St electronically through the City’s eProcurement Portal or addressed to the City of Killeen, Attn: Purchasing Division, 802 N. 2nd Street, Building G, Killeen, Texas 76541, until 3:00 pm on Wednesday, June 17, 2026. Mailed or hand delivered proposals must be sealed and plainly marked with the name and address of the proposer and “RFP NO. 26-26 Demolition and Asbestos Abatement - 202 N 24th St, 3:00 pm, Wednesday, June 17, 2026”.

     

    Proposals received after the closing time will be returned unopened.

     

    Vendors may register and submit proposals electronically at https://procurement.opengov.com/login.  

     

    An Optional Pre-Proposal Meeting and Site Visit will be held at Wednesday, June 3, 2026, 3:00 pm at 202 N 24th St

     

    RFP Questions will be accepted on the OpenGov e-bidding site, until 3:00 pm on Wednesday, June 10, 2026. Questions will be answered in the form of an addendum and posted on the OpenGov e-bidding site. It is the proposer’s responsibility to obtain and acknowledge all addendums.

     

    Complete information regarding this solicitation may be obtained from the City of Killeen website (https://www.killeentexas.gov/414/Purchasing) and OpenGov E-Procurement Portal (https://procurement.opengov.com/login).

     

    The City of Killeen reserves the right to reject any or all proposals and waive any irregularities.

     

    CITY OF KILLEEN, TEXAS

    Sophonia Price

    Director of Procurement and Contract Management

    Background

    The City of Killeen is seeking qualified, licensed, and experienced firms to provide demolition and asbestos abatement services for the structure located at 202 N. 24th Street, Killeen, Texas. This Request for Proposals (RFP) is intended to identify a Proposer that demonstrates the best overall value to the City based on qualifications, experience, technical approach, compliance with regulatory requirements, schedule, and cost.

    The selected Proposer shall furnish all labor, materials, equipment, supervision, permits, notifications, abatement, demolition, hauling, disposal, and site restoration necessary to complete the project in accordance with all applicable federal, state, and local laws and regulations.

    The City of Killeen, who is solely directing this RFP process, shall select the proposer based upon competitive submissions pursuant to this Request for Proposal (RFP). After evaluation of all proposals, the selected proposer will serve as the City’s supplier of service requested.

    Project Details

    • Reference ID: 26-26
    • Department: Development Services
    • Department Head: Wallis Meshier (Interim Executive Director of Development Services)

    Important Dates

    • Questions Due: 2026-06-10T20:00:55.140Z
    • Pre-Proposal Meeting: 2026-06-03T20:00:29.840Z — 202 N 24th St

    Addenda

    • Addendum #1 (released 2026-03-12T15:42:07.390Z) —

      This Addendum forms a part of the solicitation and contract documents for RFP No. 26-26, including the Request for Proposals, specifications, attachments, and any related documents issued for this solicitation.

      The solicitation documents have been updated and revised. Please use the See What Changed link within the OpenGov solicitation posting to view all changes made by this Addendum.

      Except as revised in the updated documents, all other terms, conditions, and requirements of the solicitation remain unchanged.

      Proposers are responsible for reviewing the updated documents and incorporating any revisions into their proposal submission.

    • Official Notice #1: March 12, 2026 Pre-proposal Agenda and Sign In sheet (released 2026-03-13T13:57:32.291Z)
    • Addendum #2 (released 2026-03-17T18:27:06.442Z) —

      Addition of PDF Demolition Order Hearing # CB 25-007

    • Addendum #3 (released 2026-03-18T19:59:16.645Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-03-24T15:20:45.779Z) —

      After reviewing the solicitation and discussions during the pre-proposal meeting, the City has determined that the Asbestos Abatement Project Design and Consulting Services will be prepared by the City and incorporated into the solicitation documents.

      To allow sufficient time for completion and issuance of the project design, the solicitation schedule is being extended. The RFP will be updated prior to May 27 to reflect these new project design and consulting services. We apologize for the short notice and appreciate proposers’ understanding as we ensure the solicitation reflects the most accurate and complete project information.

      Updated dates and revised documents will be posted in OpenGov. Proposers should monitor the solicitation posting for further updates.

      All other terms and conditions of the solicitation remain unchanged unless otherwise amended.

      Please view all updates associated with this addendum.

      Key Dates:

      • Addendum Issued: March 24
      • RFP Update (prior to): May 27  – updated to incorporate new project design and consulting services
      • Pre-Proposal / Site Visit: June 3 @ 3:00 PM, 202 N 24th St
        Reminder: please have agendas printed and sign-in sheet ready
      • Q&A Session: June 10, 2026 @ 3:00 PM
      • Submission Deadline: June 17 @ 3:00 PM
      • Evaluation Due: July 1, 2026
      • Tentative Council Date: August 4, 2026

    Evaluation Criteria

    • Company Profile & Experience (10 pts)

      Evaluation Focus:

      • Company overview, years in business, and areas of expertise
      • Relevant project experience with demolition and asbestos abatement
      • Organizational structure and key personnel qualifications
      • Demonstrated ability to manage projects of similar scope and complexity
    • Pricing and Payment Terms (20 pts)

      Evaluation Focus:

      • Detailed and transparent unit pricing
      • Availability of volume discounts
      • Clear and reasonable payment terms
      • Procedure for cost adjustments
      • All-inclusive pricing covering labor, delivery, taxes, and overhead
    • Service and Technical Support (25 pts)

      Evaluation Focus:

      • Demonstrated experience with demolition and asbestos abatement projects
      • approach to asbestos abatement project design and regulatory compliance
      • Quality control and inspection processes
      • Supervision and site management
      • Contingency and emergency response planning
      • Regulatory compliance with OSHA, EPA, TDSHS, and NESHAP requirements
    • Licensing, Certification, and Compliance (10 pts)

      Evaluation Focus:

      • Proper and current licenses and certifications for demolition and asbestos abatement
      • Texas Licensed Asbestos Consultant (LAC) or Project Designer qualifications
      • Personnel qualifications and safety training
      • Subcontractor compliance with licensing and certifications
      • Compliance with federal, state, and local regulations
    • Delivery and Job Requirements (30 pts)

      Evaluation Focus:

      • Project timeline and ability to meet schedule requirements
      • Coordination of abatement activities prior to demolition
      • Site management and cleanup procedures
      • Handling of unexpected delays or site conditions
      • Reporting and documentation of progress
      • Ability to meet urgent or emergency work requirements
    • Subcontractor Information and Additional Considerations (5 pts)

      Evaluation Focus:

      • Identification and qualifications of subcontractors
      • Identification of Licensed Asbestos Consultant or Project Designer if subcontracted
      • Primary vendor responsibility for subcontractor work
      • Disclosure of additional terms, service limitations, or conditions

    Submission Requirements

    • Conflict of Interest Questionnaire (Form CIQ) (required)

      Pursuant to Chapter 176 of the Texas Local Government Code, vendors contracting with or seeking to contract with the City of Killeen must file a completed Conflict of Interest Questionnaire (Form CIQ) with the appropriate records administrator no later than seven (7) business days after beginning contract discussions or negotiations, or after submitting a response to this solicitation. The Form CIQ can be downloaded here:

       https://www.ethics.state.tx.us/data/forms/conflict/CIQ.pdf  

      Please confirm your understanding and willingness to promptly download, complete, and submit the Form CIQ upon the City’s request:

    • References (required)

      Contractors shall submit at least three (3) business references for the proposed item. Each reference must include:

      • Business name
      • Contact person
      • Address
      • Telephone number
      • Email address (if available)

      References should be from customers for whom the contractor has provided similar services or products. These references may be contacted by the City of Killeen as part of the evaluation process.

      Please download, complete, and upload the following document:

    • Certificate of Interested Parties (Form 1295) (required)

      If awarded a contract, the vendor must submit the Certificate of Interested Parties (Form 1295) online through the Texas Ethics Commission’s filing application as required by Texas Government Code Section 2252.908. A business entity must use the Commission’s online system to enter the required information, generate the form, and obtain a unique certification of filing number. An authorized agent of the business entity must sign the printed copy, and that certified copy must be provided to the City of Killeen within seven (7) business days after contract discussions or negotiations.

      The online filing system is available at: https://prd.tecprd.ethicsefile.com/File

      Please confirm that you will download, complete, and submit the Certificate of Interested Parties (Form 1295) immediately upon request by the City of Killeen and in accordance with the filing requirements:

    • Acknowledgement – “Boycott Israel" (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not boycott Israel and will not boycott Israel during the term of this contract. Boycotting Israel is defined in Texas Government Code section 808.001 to mean refusing to deal with, terminating business activities with, or taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes.

    • Acknowledgement – "Boycott Energy Companies” (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not boycott energy companies and will not boycott energy companies during the term of the contract. “Boycott energy company” is defined in Texas Government Code section 809.001 to mean, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel-based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A).

    • Acknowledgement – “Prohibition on contracts with companies that discriminate against firearm and ammunition industries” (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Discriminate against a firearm entity or a firearm trade association are defined in Texas Government Code section 2274.001 as (A) with respect to the entity or association, to (i) refuse to engage in the trade of any goods or services; (ii) refrain from continuing an existing business relationship; (iii) terminate an existing business relationship; or (iv) otherwise express a prejudice against the entity or association; and (B) does not include the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories.

    • Acknowledgement - "Antitrust Law Certification" (required)

      By submitting this proposal, the vendor hereby acknowledges that neither the vendor nor the entity represented by the vendor, or anyone acting for such entity has violated the antitrust laws of the State of Texas, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, prior to the solicitation opening with any competitor or any other person engaged in such line of business.

    • Acknowledgement - Community Development Block Grant (CDBG) (required)

      By submitting this proposal, the vendor hereby acknowledges understanding that projects may be funded in whole or in part by the U.S. Department of Housing and Urban Development Community Development Block Grant (CDBG) or Home Investment Partnerships Act (HOME Program) and may be subject to submittal of certified payroll documentation as required by HUD funded construction projects to the extent required by Davis-Bacon and Related Acts (DBRA); confirmation of eligibility for participation through the Excluded Parties Listing System (EPLS) - System for Award Management (SAM.gov) or the Texas Debarred Vendor List.

    • Criminal Convictions Disclosure (required)

      Has the owner(s) of the company been convicted of a crime within the past ten (10) years (excluding minor traffic violations)?

    • Criminal History Disclosure (required)

      Have you, or any member of your Firm or Team to be assigned to this engagement, ever been indicted or convicted of a felony or a misdemeanor greater than a Class C (excluding minor traffic violations) in the last five (5) years?

    • Litigation / Claims History (required)

      Has your Firm or Team, you, or any member of your Firm or Team been involved in any claim, lawsuit, arbitration, or litigation with the City of Killeen or any other Federal, State, Local Government, or private entity during the last ten (10) years?

    • Termination for Work Disclosure (required)

      Has your Firm or Team, you, or any member of your Firm or Team ever been terminated (for cause or otherwise) from any contracted work performed for the City of Killeen or any other Federal, State, Local Government, or private entity?

    • Bankruptcy / Reorganization Disclosure (required)

      Has the company been in bankruptcy, reorganization, or receivership in the last five (5) years (whether voluntary or involuntary)?

    • Operational History - Continuous Services Provided (required)

      Has the company provided continuous services as requested in this solicitation and operated in this capacity for two (2) years without interruption?

    • Disclosure of Debarment, Suspension, or Exclusion (required)

      Has the company been disqualified, debarred, suspended, or listed on any excluded parties list (including, but not limited to, the General Services Administration’s list of parties excluded from federal procurement and nonprocurement programs) by any public agency, including the Federal Government?

    • Disclosure of City Employee/Official Financial or Other Interest (required)

      Does any City of Killeen employee or official (including elected officials or appointed board/commission members) or any immediate family member of such persons have any financial or other interest in your company (e.g., ownership, employment, equity, consulting relationship, or other benefit)?

    • Ability to Perform Services as Specified (required)

      Can the company perform and provide the services exactly as described in the solicitation specifications and Scope of work?

    • Service Commencement After Award (required)

      When can the company begin providing services after award? Please state the number of calendar days required from award/notice to proceed until the company can commence full performance of the services requested in this solicitation:

      Answer (number of days):

    • Point of Contact to Resolve Issues (Delivery or Invoice) (required)

      Please provide the primary point of contact the City may reach regarding service issues, delivery questions, or invoice/payment matters. Include the following information:

      • Name:
      • Title/Role:
      • Company:
      • Mailing Address:
      • Phone Number:
      • Email Address:
    • Cooperative Governmental Purchasing Notice (required)

      Other governmental entities may maintain interlocal agreements with the City of Killeen and may elect, but are not obligated, to purchase goods and services defined in this Invitation to Bid (ITB) from the successful bidder. Any such purchases by another governmental entity will be billed directly to and paid by that entity. The City of Killeen will not be responsible for another entity’s debts. Each governmental entity will place its own orders with the successful bidder and will be responsible for ensuring full compliance with the ITB specifications. Prior to purchases by other governmental entities, the City will notify the successful bidder of their intent.

      Please indicate below if you will permit other governmental entities to purchase from your agreement with the City of Killeen:

    • Copyrighted / Confidential Information – Texas Public Information Act (required)

      All bids or proposals, data, and information submitted to the City of Killeen are subject to release under the Texas Public Information Act (PIA), unless the information is specifically exempt from disclosure under the Act or other applicable law. Information submitted to the City is presumed to be available to the public upon request, and may be released unless a statutory exception applies or the Office of the Attorney General determines it should be withheld.

      You are not encouraged to submit data and/or information that you consider to be confidential or proprietary unless it is absolutely necessary for the City to understand and evaluate your submission.

      Instructions for Submitting Confidential/Proprietary Information

      • Clearly label each page that contains information you believe to be confidential or proprietary.
      • Do not label entire documents wholesale; only the specific portions you consider confidential should be marked.
      • You may use colored paper (e.g., yellow or pink) to assist in distinguishing pages with claimed confidential information.
      • Failure to clearly label the specific information on the actual pages will be considered a waiver of confidential/proprietary rights in that information.

      If the City receives a public information request that involves your submission, the City will notify you so you may assert your claim of confidentiality to the Office of the Attorney General and provide reasons supported by applicable law.

      Please indicate below:

    • Location of Confidential Information (required)

      If your proposal contains confidential or proprietary information, please identify where it is located. Be as specific as possible so that the City can locate the information quickly if a Public Information Act request is received.

      For each instance of confidential or proprietary information in your proposal, include:

      • Section/Tab Name:
      • Page Number(s):
      • Paragraph/Table/Item Reference:
      • Brief Description of Information Claimed as Confidential:
    • Insurance Compliance (required)

      Does the contractor maintain the insurance coverage as specified in the insurance requirements section of this solicitation, including minimum coverages, limits, and any proof of insurance requirements (e.g., certificates of insurance)?

    • Company’s First Year of Business Operation (required)

      Please indicate the first year your company began business operations (the calendar year the company was established and began providing services):

      This helps the City understand the vendor’s experience and length of operation as part of its responsibility determination.

      Answer (Years):

    • Insurance Broker Information (required)

      Please provide the insurance broker or agent information for the insurance policies that cover your company’s operations related to this solicitation. Include each of the following:

      • Insurance Broker / Agency Name:
      • Contact Name:
      • Phone Number:
      • Fax Number (if applicable):
      • Email Address:

      Collecting broker contact information is a standard part of vendor questionnaires so the awarding agency can verify coverage or follow up on policy details if needed.

    • Pending Insurance Claims (required)

      Are there any claims currently pending against your company’s insurance policies?

    • Recent Sales / Public Agency Project History (required)

      Please list up to five (5) of your most recent sales or contract engagements with other public agencies (governmental entities) and/or other customers that are relevant to the goods/services defined in this solicitation. Include the following information for each:

      • Customer/Agency Name:
      • Contact Person and Title:
      • Phone Number:
      • Description of Goods/Services Provided:
      • Contract/Order Amount ($):
      • Date(s) of Performance/Delivery:
    • Emergency Business Service Contact Notice (required)

      During a natural disaster, homeland security event, or other emergency situation, the City of Killeen may need access to your business for products or services after normal business hours and/or on holidays. The City may request City personnel pick up or vendor delivery of products or services in such events.

      For this purpose, vendors must provide both a primary and a secondary emergency contact name and phone number, and it is critical that this emergency contact information remains current. Vendors shall notify the City by email of any changes to the emergency contact names or phone numbers. Updates may be emailed to: SPrice@killeentexas.gov

      All products or services requested during an emergency event are to be supplied at the established contract prices, terms, and conditions. Vendors shall also provide the fee (pricing) for an after‑hours emergency opening of the business, if applicable. In general, orders will be placed using a City of Killeen procurement card (MasterCard) or a City‑issued Purchase Order, and billing must include any emergency opening fee.

      Please download the document listed below, complete it in full, and upload it with your proposal submission:

    • Proposal Documents (required)

      Please Upload your COMPLETE Proposal here.

    Questions & Answers

    Q (Prebid Conference): Would you please post the Prebid Sign in Sheet?

    A: Please see Notice # 1, thank you


    Q (Project Limits ): Is this project for only one building?

    A: This project is specifically for the single apartment building 202 N N4th St, Apts 28-35, KIlleen.


    Q (Lead Paint): Do we know anything about the possible presence of lead in the exterior or interior paint? Based on the age of it and the layers of paint on paint over time.

    A: A lead-based paint assessment has not been conducted for this project. A demolition order does not, by itself, require lead-based paint testing. However, contractors are responsible for complying with all applicable federal, state, and local regulations, including OSHA requirements related to potential lead exposure during demolition activities. Proposers should account for any necessary precautions, handling, and disposal requirements associated with painted materials. If hazardous materials, including lead-based paint, are encountered during the project, the Contractor shall proceed in accordance with the requirements outlined in the RFP and applicable regulations.


    Q (Comprehensive Asbestos Survey): If the intent of the City of Killeen is to demolish the entire building can you please provide a comprehensive Asbestos Survey to all interested parties?

    A: The City has provided the asbestos survey currently available for this project as part of the solicitation documents (Attachment B). Proposers are responsible for reviewing the provided information and conducting their own due diligence in evaluating site conditions and project requirements. All work shall be performed in accordance with applicable federal, state, and local regulations, including requirements for asbestos inspection and abatement prior to demolition.


    Q (Floor Plan-interior measurements): Is there a floor plan or any kind of interior measurements available for the individual units?

    A: The City will be providing the project design as part of the updated RFP. The project design will include floor plans and drawings and will be developed with City-provided consulting services. The project design will be formally added to the RFP prior to May 27. Any applicable updates, clarifications, or additional documentation will be incorporated into the solicitation prior to that date to ensure all bidders are working from the same complete and consistent set of contract documents.


    Q (Drawings): Will drawings of the building be provided to all parties interested?

    A: The City will be providing the project design as part of the updated RFP. The project design will include floor plans and drawings and will be developed with City-provided consulting services. The project design will be formally added to the RFP prior to May 27. Any applicable updates, clarifications, or additional documentation will be incorporated into the solicitation prior to that date to ensure all bidders are working from the same complete and consistent set of contract documents.


    Key dates

    1. February 23, 2026Published
    2. March 25, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.