PAINT IDIQ
ID: W91QV125R0007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for painting services at Joint Base Myer-Henderson Hall and Fort McNair in Virginia. The procurement aims to engage contractors capable of fulfilling essential painting tasks while adhering to safety protocols and regulatory standards, with a project magnitude exceeding $500,000. This opportunity is critical for maintaining operational continuity at the sites during the contract execution. Proposals are due by March 31, 2025, at 3:00 PM, and interested parties should contact Rosalie Horton at rosalie.b.horton.civ@army.mil or Jerome H Newell at jerome.h.newell.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposals (RFP) for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract related to painting services at Joint Base Myer-Henderson Hall and Fort McNair, with a project magnitude exceeding $500,000. The North American Industry Classification System (NAICS) code is 238320, and certified insurance is mandatory, naming MIIC Fort Belvoir, VA as additionally insured. Proposals are due by March 31, 2025, at 3:00 PM, with a Lowest Price Technically Acceptable (LPTA) evaluation basis. Offerors must submit a signed proposal consisting of a Technical Volume, Past Performance Volume, and a Price Volume. Key requirements include providing documentation demonstrating technical capabilities, staff qualifications, and past contract performance over the last three years. Offerors must address how their submissions meet government standards in safety, scheduling, and compliance with existing regulations. A site visit is encouraged to assess specific needs. The award will prioritize offers that comply with performance standards while ensuring competitive pricing. The solicitation also emphasizes maintaining operational continuity at the sites during the contract’s execution. This RFP aims to engage qualified contractors in fulfilling essential painting tasks while adhering to regulatory standards and safety protocols.
    The Mission and Installation Contracting Command – Fort Belvoir (MICC-FB) has issued a Sources Sought Notice to identify vendors capable of providing painting services at Joint Base Myer-Henderson Hall, Virginia. This notice serves as market research and does not constitute a formal solicitation or commitment to contract. Vendors are invited to submit a capability statement, no longer than five pages, demonstrating their qualifications and relevant experience in similar work. The anticipated NAICS code for this requirement is 238320, focused on painting and wall covering contractors, with a size standard of $19 million. Responses should include firm details, prior relevant contracts, and suggestions for facilitating competition among small businesses. The deadline for submissions is December 19, 2024, and interested parties should respond via email to the designated Contract Specialist. The document underscores the government's interest in engaging small businesses from various socio-economic categories to enhance competition and compliance with regulations. The overall goal is to secure qualified contractors for the anticipated five-year painting services contract at the facility.
    Lifecycle
    Title
    Type
    PAINT IDIQ
    Currently viewing
    Presolicitation
    Sources Sought
    Similar Opportunities
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The contract encompasses maintenance, repair, sustainment, and minor construction tasks aimed at ensuring the watertight integrity of various facilities, with an emphasis on compliance with local policies, safety standards, and industry codes. The anticipated project cost ranges between $10 million and $25 million, with a duration of five years, potentially extendable by six months, and the solicitation is expected to be released by November 2024, with awards projected by July 2025. Interested contractors can reach out to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further information.
    Z--Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking eligible 8(a) firms for an Indefinite Delivery / Indefinite Quantity (IDIQ) Regional Painting and Wall Covering contract for the Hampton Roads, Virginia, Area of Responsibility. The contract includes interior and exterior painting, vinyl wall covering removal and installation, sandblasting, water blasting, lead base paint abatement, and other maintenance repairs and preparations associated with painting and wall covering. The work is located in various naval bases and facilities in the Hampton Roads Area of Virginia. The estimated performance period is five years with a total estimated cost between $10,000,000 to $25,000,000. The solicitation will be available on or about 30 November 2018. Contractors must be registered in the System for Award Management (SAM) database.
    FORT DRUM TRAFFIC CONTROL PAINTING ? CANTONMENT AREA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for traffic control painting services in the cantonment area of Fort Drum. This procurement aims to enhance roadway safety and visibility through the application of durable traffic control markings. The project falls under the NAICS code 237310, which pertains to highway, street, and bridge construction, and is particularly significant for maintaining operational efficiency on military installations. Interested vendors, especially those classified as Historically Underutilized Business (HUBZone) entities, are encouraged to reach out to Raul Gonzalez at raul.a.gonzalez3.civ@army.mil or by phone at 315-772-3620, or Jeffrey Getman at jeffrey.m.getman.civ@army.mil or 315-772-9074 for further details regarding the solicitation process.
    Paint Truck Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the modification of paint trucks through a Combined Synopsis/Solicitation. The objective of this procurement is to enhance the functionality and performance of existing paint trucks, which are crucial for maintenance and repair operations within military contexts. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 811111, focusing on General Automotive Repair. Interested parties can reach out to Michael Quirk at michael.e.quirk.civ@army.mil or call 315-772-8280 for further details, while Ernie Ixtlahuac is also available at ernie.a.ixtlahuac.civ@army.mil or 315-772-5021.
    JBM-HH Elevator Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Elevator and Escalator Inspection Services at Joint Base Myer Henderson Hall (JBMHH) and Fort McNair Military District in Virginia. The contractor will be responsible for conducting annual inspections of various lift systems to ensure compliance with ASME safety codes, preparing detailed reports on any deficiencies or safety concerns, and developing a Quality Control Program. This contract, which spans one base year from August 2025 to July 2026 with four one-year options, emphasizes the importance of maintaining operational safety and adherence to federal guidelines. Interested parties, particularly SBA Certified Women-Owned Small Businesses (WOSB), should contact Melissa A. Miller at melissa.a.miller231.civ@army.mil or 703-805-2003 for further details.
    John T Myers Locks and Dam Herbicide Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for herbicide services at the John T. Myers Locks and Dam located in Mount Vernon, Indiana. The contract requires the contractor to provide all personnel, equipment, and materials necessary for herbicide application and aerial spraying services, adhering to strict safety and regulatory standards. This procurement is crucial for effective vegetation management and environmental maintenance at the dam site, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their quotes electronically by March 24, 2025, with a total award amount of $9,500,000 available for the contract, which is set to commence on April 1, 2025. For further inquiries, potential bidders can contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.
    Paint Exteriors of warehouses
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals for painting services for fuselage and wings/tails parts and assemblies related to MQ9 trailer production. The procurement aims to secure a Firm Fixed Price contract for commercial painting services, adhering to military standards for quality and safety, including specific coatings and pretreatment processes to ensure durability against corrosion and wear. This initiative is crucial for maintaining robust supply chains within the defense sector, supporting the operational readiness of the Air Force. Interested small businesses must submit their proposals by 3:00 PM EST on March 20, 2025, to Emily A. Gomez and Andrew Petersen via email, ensuring compliance with all specified requirements and guidelines outlined in the solicitation documents.
    Aircraft Painting - Two Piper Warrior Aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft owned by the Hanscom Aero Club. The contractor will be responsible for conducting inspections, paint stripping, and repainting the aircraft in compliance with FAA regulations, with a project timeline of 45-60 working days upon delivery. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aviation assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the contract anticipated to be a Firm Fixed Price arrangement funded through non-appropriated funds.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military construction projects in Washington D.C., Maryland, and Virginia. This contract will encompass both Design-Build and Design-Bid-Build projects, requiring contractors to manage all aspects of general construction, including new construction, demolition, and renovation of various facilities such as administrative buildings, warehouses, and medical facilities. The total contract value is capped at $8 billion, with an eight-year duration that includes a two-year base period and two optional three-year extensions. Interested parties can reach out to Molly Lawson at molly.lawson@navy.mil or call 973-650-4706 for further details.