FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
ID: FA449725R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF AIRPORT RUNWAYS AND TAXIWAYS (Y1BD)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.

    Files
    Title
    Posted
    The "Statement of Work" outlines the requirements for the Airfield Striping and Rubber Removal project at Dover Air Force Base, scheduled for 2025. The contractor is responsible for stripping approximately 290,000 square feet of pavement markings and removing 85% of rubber buildup from designated runway areas. The scope includes repainting and marking existing lines in accordance with precise specifications, prioritizing critical markings such as instrument and hold position markings. The project will be executed in two phases throughout 2025, with expectations for coordination with airfield operations and adherence to safety protocols. Contractors must utilize specialized equipment and demonstrate previous airfield experience, as operations will occur on an active airfield and potential delays may arise from mission requirements. Compliance with guidelines set by the Department of Defense and Air Force specifications is mandated, including thorough background checks for employed personnel. The project emphasizes the importance of effective communication and careful planning to ensure minimal disruptions to airport operations and adherence to security regulations. This document serves as a key component for federal contracting related to military airfield maintenance and operations.
    The document is a solicitation for the construction of airfield and heavy-duty pavements at Dover Air Force Base, Delaware. It details the project scope, which includes the construction, demolition, and miscellaneous tasks associated with both asphalt and concrete pavements. A comprehensive schedule outlines work hours and requires permits for ground-disturbing activities. Key sections cover site management, environmental compliance, and safety protocols. Contractors must adhere to guidelines concerning hazardous materials and waste management, as well as follow site layout and cleanliness regulations. The document emphasizes the importance of security, requiring criminal background checks for contract personnel accessing the base. It also mandates the procurement of recycled materials where feasible, in alignment with federal environmental initiatives. Overall, the document serves to ensure compliance with safety, environmental, and regulatory standards throughout the project, fostering a systematic approach to construction at the military installation.
    This document presents the General Decision Number DE20250004, applicable to highway construction projects in Kent County, Delaware, effective January 3, 2025. It outlines wage rates under the Davis-Bacon Act, requiring contractors to pay at least the prevailing wage determined by executive orders. Contracts initiated on or after January 30, 2022, mandate a minimum wage of $17.75 per hour for covered workers, whereas those awarded between January 1, 2015, and January 29, 2022, set a lower minimum of $13.30. Specific wage rates for various construction positions, including operators, laborers, and skilled trades, are detailed, emphasizing the importance of appropriate wage classification. Furthermore, the document informs contractors of their obligations under Executive Order 13706 regarding paid sick leave. It includes guidelines for appeal processes related to wage determinations, providing contacts for requests to the Wage and Hour Division of the U.S. Department of Labor. Overall, this document serves as a comprehensive framework for contractors concerning wage standards and worker protections in federally funded highway projects in Delaware.
    The document outlines a construction cost estimate process for the "FY25 Airfield Striping & Rubber Removal" project at Dover Air Force Base. This estimate must adhere to the Construction Specifications Institute (CSI) format and allows contractors to include additional items beyond the prefilled division sheets. Contractors are instructed to individually fill in missing data and clarify any disagreements without deleting existing elements. Key components include general requirements, exterior improvements, and overhead/profit calculations for both prime contractors and subcontractors. The spreadsheet tracks labor, equipment, and materials across different divisions, specifically focusing on the removal of rubber and application of various pavement markings. The contractor's overhead and profit margins must be accurately represented, adjusting for differing rates among subcontractors. The document also emphasizes careful entry in designated “Fill Here” spaces while following outlined coding nomenclature for varying stages of project design. Overall, this document serves as a structured guide for accurately estimating construction costs in response to federal and local funding requirements.
    The document outlines the evaluation and selection criteria for awarding contracts via a competitive best value source selection process. It stresses that technical approach and past performance will be weighted more heavily than cost considerations. Proposals will first be ranked by price, followed by an assessment of the offerors' technical and management strategy, and past project performance, specifically focusing on airfield rubber removal and marking striping at large Department of Defense or civil airports. The evaluation includes obtaining performance information from references and independent sources, producing risk ratings (exceptional to unsatisfactory) for each offeror. The lowest-priced offer, if deemed exceptional, will be awarded without further consideration. The government retains discretion to choose other offers based on a satisfactory performance risk rating. The document also includes a performance survey template that assesses contractors through a series of metrics regarding their past projects, management competencies, safety compliance, and contract execution. Overall, the document aims to ensure that selected contractors demonstrate the capability to fulfil the government’s project requirements effectively.
    The provided document appears to be primarily comprised of garbled and unintelligible content, making it challenging to extract any coherent information or meaningful themes. However, given the context as part of federal government RFPs, federal grants, and state and local RFPs, it is reasonable to infer that the document would typically encompass procedural guidelines, application requirements, project descriptions, and budgetary allocations associated with funding opportunities. Important aspects could include eligibility criteria, deadlines for submissions, evaluation processes, and specific goals or objectives tied to the grants or contracts. Unfortunately, due to the corrupted nature of the text, no specific details or structured insights can be derived or summarized accurately from this document.
    The document appears to be corrupted or encoded in an unreadable format, making it impossible to extract specific details or accurately summarize its content regarding federal government RFPs, federal grants, or state and local RFPs. Due to the illegible text, the main topics, key ideas, and supporting details cannot be identified or articulated. Efforts to decipher the structure and purpose of the document are rendered futile by the garbled data presented, leading to a lack of coherent information necessary for creating a concise summary or analysis. Further action to retrieve or reformat the document may be required to provide meaningful insight and analysis.
    The document outlines various aspects related to federal and local Requests for Proposals (RFPs) and grants, emphasizing the structured approach these entities take in the procurement process. It discusses eligibility requirements, guidelines for proposal submissions, evaluation criteria, and funding limits. The key purpose of this document is to inform potential applicants about the parameters and expectations for successful grant applications and proposals. It is likely structured to cover introductory information, detailed program descriptions, benefits of awards, application processes, and timelines. The document also stresses the importance of compliance with federal standards and regulations. This attention to detail is meant to ensure transparency and fairness in the awarding of grants, aligning with government accountability goals. Overall, it serves as a vital resource for organizations seeking to secure funding through government channels.
    The document outlines a government solicitation for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. It is a sealed bid solicitation, requiring contractors to submit offers for stripping and rubber removal, ensuring compliance with technical specifications and safety requirements. The project has a budget range of $250,000 to $500,000, with a completion timeline of 365 calendar days from the notice to proceed. Contractors must provide performance and payment bonds if required. The acquisition is set for full and open competition under NAICS code 237310, with a size standard of $45 million. Proposals are due by March 7, 2025, and should include pricing in accordance with the prescribed schedule. Notably, funds are not yet available for this contract, with the government reserving the right to cancel the solicitation without obligation to reimburse quotes for incurred costs. Overall, the document serves as a formal invitation to contractors to participate in a significant refurbishing project within a government facility, prioritizing transparency, compliance with regulations, and fiscal responsibility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. This procurement involves comprehensive airfield pavement work, including milling, repaving, crack sealing, and striping, with a contract value estimated between $500,000 and $1 million, and a performance period of 60 calendar days from the notice to proceed. The project emphasizes adherence to environmental management, safety protocols, and compliance with federal regulations, reflecting the importance of maintaining operational efficiency and infrastructure integrity at military installations. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil.
    Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to undertake a Design-Bid-Build project for the repair of the 400 Aircraft Parking Ramp at Travis Air Force Base, California, encompassing Phases 5 and 8. The project entails the demolition and replacement of approximately 60,000 square yards of concrete pavements and associated drainage utilities, with a focus on ensuring compliance with Department of Defense specifications. This initiative underscores the government's commitment to engaging small businesses in significant federal construction projects, with an estimated construction cost ranging from $25 million to $100 million and a projected completion period of 540 days. Interested firms must submit their qualifications, including relevant past project examples and key personnel experience, by February 19, 2025, and should contact Hilary A. Swanson at hilary.swanson@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil for further information.
    DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)
    Buyer not available
    Presolicitation Notice For: Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3), Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract:(Construction). This procurement is for the Air Force Civil Engineer Center (AFCEC/CO), Operations Directorate, Tyndall AFB, FL. The government is targeting award of eleven (11) Single-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for the removal of rubber and paint on designated airfields, as well as the application of airfield pavement markings and striping. The estimated period of performance is a Base Year, followed by two (2) Option Years. The contract type for this requirement will be a Firm Fixed Price (FFP) IDIQ contract. The estimated price range for this procurement is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310 - Highway, street, and bridge construction. The Small Business Size Standard for this acquisition is $33.5 Million. The Air Force reserves the right not to make an award.
    Outdoor Track Cleaning/Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for outdoor track cleaning and maintenance services at Laughlin Air Force Base in Texas. The contractor will be responsible for routine cleaning, deep cleaning upon request, and minor repairs to the outdoor rubberized track, with a maximum of 2,500 square feet of repairs allowed per year. This procurement is crucial for maintaining the operational integrity and safety of the facility, ensuring it remains in optimal condition for use. Interested small businesses must submit their bids via email by February 14, 2025, and can direct any inquiries to Malik Mumpfield or Alejandro Alvarado at the provided contact information.
    DRAFT: USACE SPK Design-Bid-Build (DBB) Construction F-35 East Campus Infrastructure Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. The project, identified by solicitation number W9123825R0007, involves a range of construction tasks including the development of taxiways, roadways, pump stations, and upgrades to utility systems, necessitating coordination with both public and privatized utility services. This significant infrastructure project, with a budget between $100 million and $250 million, is crucial for enhancing operational capabilities at Hill AFB and is expected to be awarded by April 30, 2025. Interested contractors should register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on March 5, 2025, for further details.
    Whiteman AFB Athletic Field Track
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the construction of a new athletic field track at Whiteman Air Force Base in Missouri. The project involves the removal of an existing 1,312-foot outdoor track surface and its replacement with a durable basemat and structural spray surface, including necessary sub-structure and drainage to ensure longevity. This initiative is critical for maintaining high-quality athletic facilities that meet NCAA standards and support year-round usage. Interested contractors must submit sealed bids by February 18, 2025, and are required to comply with federal labor standards, including the Davis-Bacon Act, which mandates specific wage rates for workers. For further inquiries, potential bidders can contact Elizabeth W. Smith at elizabeth.smith.48@us.af.mil or Francisco Martinez Martinez, SrA at francisco.martinezmartinez.1@us.af.mil.
    N69450-25-R-0014 - RUNWAY 15-33 REPAIRS LOCATED AT BARKSDALE AIR FORCE BASE (AFB), BOSSIER CITY. LOUISIANA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is soliciting bids for the repair of Runway 15-33 at Barksdale Air Force Base in Bossier City, Louisiana. The project involves the repair or alteration of airport runways and taxiways, which is critical for maintaining operational readiness and safety at the airbase. Interested contractors should note that the procurement falls under the NAICS code 237310, focusing on highway, street, and bridge construction. For further inquiries, potential bidders can contact Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or Sheila Borges at sheila.i.borges.civ@us.navy.mil, both reachable at 904-542-6606.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    JBSA Runway Friction Testing
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for runway friction testing services at Joint Base San Antonio (JBSA), Texas. The objective is to conduct annual friction surveys on four runways in compliance with Federal Aviation Administration (FAA) guidelines, utilizing Continuous Friction Measuring Equipment (CFME) to ensure safety and operational efficiency. This testing is crucial for maintaining airfield safety standards and involves detailed reporting and adherence to stringent quality control measures. Interested small businesses must submit their capability statements and any inquiries regarding the Draft Performance Work Statement (PWS) by February 10, 2025, to Chad Olson at chad.olson.4@us.af.mil or by phone at 210-802-7358.
    Air Traffic Control Markings, Wheeler-Sack Army Airfield, Fort Drum NY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the project titled "Air Traffic Control Markings" at Wheeler-Sack Army Airfield, located in Fort Drum, NY. This procurement involves the repair or alteration of airport runways and taxiways, specifically focusing on the installation of air traffic control markings essential for safe and efficient airfield operations. The work is categorized under the NAICS code 237310, which pertains to highway, street, and bridge construction, highlighting the project's significance in maintaining aviation infrastructure. Interested contractors can reach out to Daniel Rowley at daniel.e.rowley.civ@army.mil or by phone at 315-772-5397, or Joseph Taylor at joseph.j.taylor38.civ@army.mil or 315-772-5069 for further details regarding the solicitation process.