Maintain Airfield and Markings MAFB
ID: FA483025R0006Type: Special Notice
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 Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

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

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document is a response to questions regarding a government solicitation related to a project at Moody Air Force Base. It addresses various aspects of the statement of work (SOW), including responsibilities for damage repair, estimated quantities for paint removal, on-site personnel requirements, and waste disposal protocols. Key points include the contractor's liability for any damages caused during their work, accurate estimates provided for paint removal quantities, and confirmation that no lead-based paint is present in the markings to be removed. Additionally, it clarifies that the contractor must provide safety barriers for work zones and confirms that environmental testing costs can vary. The intent is for the contractor to complete the project in one mobilization, with flexibility in working hours subject to prior approval. This document serves to clarify requirements and expectations for potential contractors, ensuring that they are well-informed to submit proposals aligned with the government’s objectives and regulations. Overall, it aims to maintain clear communication and set expectations to facilitate the project's successful execution while adhering to safety and environmental standards.
    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.
    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
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for which prior registration is required.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.