Maintain Airfield and Markings
ID: FA483025R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract titled "Maintain Airfield and Markings" at Moody Air Force Base in Georgia. The project involves the removal of rubber buildup and paint from the airfield, followed by repainting designated areas, requiring all necessary materials, labor, tools, and equipment from the contractor. This maintenance work is crucial for ensuring the safety and operational efficiency of airfield infrastructure, which is vital for military operations. Interested bidders, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by May 9, 2025, and can direct inquiries to Lucas W. Richardson or Erick Boswell via the provided contact details.

Files
Title
Posted
Apr 16, 2025, 12:05 PM UTC
The government file outlines the specifications for a contract including the provision of materials and services, traffic control measures, pavement damage repairs, and environmental protection requirements. The Government will supply a radio for communication and water for construction use at no cost, while the Contractor must manage and maintain these resources responsibly. Traffic control mandates the Contractor to establish safe work zones with proper signage and barriers, and outlines strict protocols for vehicle operations in proximity to aircraft, including speed limits and operational controls managed by tower personnel. Additionally, the Contractor is responsible for repairing any pavement damage caused during the project and must adhere to environmental regulations regarding waste disposal and land restoration. Deliverables include a preliminary construction schedule, a detailed narrative of the work, and a cost estimate formatted according to the Construction Specifications Institute. The document aims to ensure that all activities within the contract are conducted safely, efficiently, and in compliance with regulatory standards, thereby facilitating effective management and oversight in aviation-related projects, likely in alignment with federal and local guidelines.
Apr 16, 2025, 12:05 PM UTC
The DD Form 1354 serves as a crucial tool for the transfer and acceptance of real property within the Department of Defense (DoD). This form is utilized to document the acquisition, transfer between services, capital improvements, or inventory adjustments of DoD assets. Essential fields include details about the transferring and receiving organizations, project numbers, transaction types, costs, and various codes pertinent to the construction and sustainability of the facility. Additionally, it includes a formal statement of completion that must be signed by responsible officials, confirming compliance with design specifications and identifying any construction deficiencies. This form is essential for ensuring accurate records and accountability for real property transactions, aligning with the United States government's broader aims of transparency and efficient management of federal resources. The instructions provided emphasize adherence to the Unified Facilities Criteria for proper completion to maintain data uniformity and integrity across the DoD.
Apr 16, 2025, 12:05 PM UTC
The government file addresses the ongoing challenges and opportunities within the realms of federal and state Request for Proposals (RFPs) and grants. It emphasizes the importance of compliance with regulatory standards and encourages collaboration among various stakeholders to enhance proposal submissions. Key themes include the necessity for transparency in the bidding process, the promotion of innovative solutions to governmental issues, and the expectation that applying organizations demonstrate their capacity to meet federal or state mandates effectively. The document outlines guidelines for preparing competitive proposals, such as providing detailed budgets, timelines, and methodologies. It also notes that successful proposals should highlight potential impacts on communities served and address sustainability concerns. Overall, the intent of the document is to clarify expectations for proposal submissions in conjunction with federal and state funding opportunities, ensuring alignment with governmental objectives and community enhancement.
Apr 16, 2025, 12:05 PM UTC
The document presents a Request for Information (RFI) form utilized by the 23rd Wing to facilitate communication between contractors and the government regarding project specifications. It addresses potential cost and schedule impacts due to queries from contractors related to a specific project, as noted by the RFI number and associated details such as project title, prime contractor, and subcontractor involvement. The form allows contractors to submit questions and provides a structured mechanism for governmental responses. A critical aspect highlighted is that the responses do not authorize any additional work unless formally communicated to the contracting officer’s representative. This RFI system aims to streamline information management while ensuring adherence to contractual terms, showcasing its importance within the context of federal grants and RFPs for accountability and clarity in project execution.
Apr 16, 2025, 12:05 PM UTC
The document provides a structured daily inspection report associated with a federal or state project, including essential project details such as the project title, identifying numbers, and key personnel involved, including contractors and subcontractors. It outlines the roles of project management and facility oversight, signaling a clear line of accountability. Weather conditions and remarks on daily conditions are documented, highlighting environmental considerations impacting project progress. Additionally, it includes comments and action required, indicating areas needing attention or follow-up to ensure project adherence to schedules and compliance standards. This report serves as an essential tool for monitoring and documenting day-to-day activities and conditions on construction projects funded through government grants or RFPs, reinforcing the need for transparency and accountability in project execution.
Apr 16, 2025, 12:05 PM UTC
The document details a request from a company or organization for installation access to Moody Air Force Base (AFB) for certain individuals. It outlines the need for access, requires relevant personal information, including names, social security numbers, and affiliation, and indicates that the access pass should not exceed one year. A brief explanation of the purpose of the request must be provided. The memorandum is classified as Controlled Unclassified Information (CUI), which mandates protection under the Freedom of Information Act and Privacy Act. Unauthorized disclosure of the information is subject to legal penalties. This form serves as part of the administrative process for enabling necessary personnel access to a military installation, critical for ensuring security protocols while facilitating essential operations on the base. Overall, this document reflects the stringent measures in place for managing access to sensitive government facilities, aligned with federal regulations regarding personal data privacy and security.
Apr 16, 2025, 12:05 PM UTC
The document outlines a set of questions and answers related to a government solicitation, specifically addressing inquiries that have arisen during the proposal process. Each entry records the question or comment from a proposer alongside the government's response, indicating whether the response led to changes in the Statement of Work (SOW) or associated drawings. The format includes a solicitation reference, a detailed question regarding design submission requirements, and a confirmation on whether the details are linked to specific sections of the SOW or design drawings. Overall, it serves as a reference point for potential bidders in clarifying criteria and expectations, thus supporting transparency and alignment in the solicitation process. This Q&A format assists in efficiently addressing concerns to facilitate a clear understanding of project requirements, ultimately guiding proposal submissions in line with government standards and objectives.
Apr 16, 2025, 12:05 PM UTC
The document presents a solicitation for a construction project at Moody Air Force Base, Georgia, with the aim of maintaining airfield conditions. The project entails removing 90% of rubber buildup and 100% paint removal on the airfield, followed by repainting specified areas in accordance with a Statement of Work (SOW). It requires bidders to provide all necessary materials, labor, and equipment, and outlines key details such as the performance period, bonding requirements, and submission instructions for proposals. The solicitation operates under a sealed bid process, with a submission deadline set for May 9, 2025, and stipulates that offers must be valid for 45 calendar days. Additional provisions include specifics about inspection, acceptance, and payment procedures, adhering to federal guidelines including the Buy American Act. The request indicates that compliance with various federal regulations and contractual requirements is paramount in delivering the work efficiently and effectively while prioritizing safety and quality assurance. Overall, this document is a formal invitation for bids, reflecting the government's commitment to maintaining essential infrastructure at military installations.
Mar 5, 2025, 8:06 PM UTC
The 23D Contracting Squadron at Moody AFB, Georgia, is preparing to issue a Request for Proposal (RFP), Solicitation No. FA483025R0006, for maintaining airfield surface markings. This single award, firm-fixed price contract will involve removing rubber build-up and repainting areas as outlined in the Statement of Work (SOW). The RFP is set aside for Woman Owned Small Businesses and falls under the NAICS code 237310, with a size standard of $45 million. The estimated project magnitude is between $250,000 and $500,000, and the selection process will follow Lowest Priced Technically Acceptable (LPTA) procedures. Interested vendors must be registered at the System for Award Management (SAM) website, where the solicitation details will be made available electronically. Inquiries regarding the RFP should be directed to the specified contacts within the contracting office. This project reflects the government's ongoing efforts to ensure compliance with procurement regulations while supporting small business participation in federal contracting opportunities.
Lifecycle
Title
Type
Solicitation
Special Notice
Similar Opportunities
Remove Rubber and Restripe Runway
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a contract to remove rubber and restripe the runway at Keesler Air Force Base in Biloxi, Mississippi. The project involves furnishing all necessary labor, materials, and equipment to prepare and replace airfield pavement markings as outlined in the Statement of Work and accompanying specifications. This procurement is significant for maintaining airfield safety and operational efficiency, with an estimated contract value between $500,000 and $1 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to check the Contract Opportunities Website for updates, with the solicitation package expected to be posted around May 19, 2025, and proposals due by June 18, 2025. For inquiries, contact Tiffany Aultman at tiffany.aultman@us.af.mil or Alicia Bowman at alicia.bowman@us.af.mil.
Room 122 Bldg. 229C Wall Repair & Repaint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for wall repair and repainting services in Room 122 of Building 229C at Warner Robins Air Force Base. The project entails preparing and painting approximately 4,240 square feet of wall space, including columns and two doors, with a focus on compliance with safety and environmental regulations. This procurement is significant for maintaining the operational integrity of the facility and ensuring a safe working environment. Interested vendors, particularly Women-Owned Small Businesses (WOSBs), must submit their quotes by April 30, 2025, to Adam Hudson at adam.hudson.4@us.af.mil, with the contract valued at $45 million and following Simplified Acquisition Procedures.
DDR Carpet Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement and installation of carpet at Building 408, Moody Air Force Base, Georgia, under a Total Small Business Set-Aside. The project aims to enhance the cleanliness and functionality of the facility by replacing deteriorating carpets, which is critical for maintaining a hygienic work environment and optimizing services for new customers. Contractors will be responsible for all aspects of the project, including labor, materials, and compliance with safety regulations, with a completion timeline of two weeks post-installation. Interested vendors must attend a site visit on April 29, 2025, and submit base pass requests by April 25, 2025, while all inquiries must be directed to June Alba at june.alba@us.af.mil or Maria Spence at maria.spence@us.af.mil by May 2, 2025.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the FY25 Exterior Paint project at Dover Air Force Base (DAFB) in Delaware. The project involves repainting the exteriors of Buildings 600, 635, and 921, requiring contractors to provide all necessary design, labor, materials, and equipment while adhering to the Air Force Whole Building Design Guide and DAFB standards. This procurement is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested parties must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.
ALS Carpet
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the removal and installation of tile carpet at the Airman Leadership School (ALS) building, located at Moody Air Force Base in Georgia. The project requires the contractor to provide all necessary labor, materials, equipment, and management to replace the existing carpet with specified tile carpet systems from approved vendors, ensuring compliance with the Air Force Carpet Program. This initiative is vital for maintaining the functionality and aesthetics of Air Force facilities, reflecting the government's commitment to infrastructure upkeep. Interested contractors should contact Caleb Burks at caleb.burks.3@us.af.mil or 229-257-4721, and are encouraged to RSVP for a site visit scheduled for April 21, 2025, by April 18, 2025.
AIRFIELD PAVEMENT IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on airfield pavement work at Kadena Air Base in Okinawa, Japan. The contract will encompass a range of services including slab replacement, new pavement installation, spall repair, pavement markings, and various other related tasks, with a contract term consisting of a one-year base period and four optional periods. This procurement is crucial for maintaining and enhancing airfield infrastructure, ensuring operational readiness and safety. Interested contractors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, with the Request for Proposal (RFP) expected to be released around May 12, 2025. For further inquiries, potential offerors can contact Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil or Daniel Rakowski at daniel.rakowski@us.af.mil.
FY25 Multiple Award Paving Contract (MAPC)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the FY25 Multiple Award Paving Contract (MAPC) at Scott Air Force Base in Illinois. This procurement aims to establish an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for a range of paving tasks, including the construction and reconstruction of roads, airport runways, and other related infrastructure, with a total small business set-aside. The contract will have a firm-fixed-price structure, targeting eight small businesses, with a guaranteed minimum of $500 and a maximum program value of $45 million over a two-year base period and three two-year option periods. Interested contractors must be registered in the System for Award Management (SAM.gov) and are encouraged to monitor the site for the solicitation release, expected around May 1, 2025. For inquiries, contact Jody L. Noram at jody.noram.1@us.af.mil or Regina A. Brand at regina.brand@us.af.mil.
FY25 Concrete and Paving Recompete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Concrete and Paving Recompete project at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This procurement involves providing all necessary labor, materials, equipment, and permits for concrete and paving tasks, including the repair of existing concrete and installation of new work, asphalt paving, excavation, and associated utility work, as specified by individual task orders. The contract is set aside for total small business participation, with an anticipated maximum expenditure of $49.5 million over a base year and up to four optional years, aiming to enhance infrastructure while adhering to federal regulations. Interested contractors must submit their proposals electronically through SAM.gov, with inquiries directed to Erin Schoenenberger or Dana Wright, and a mandatory site visit is required prior to proposal submission.