Room 122 Bldg. 229C Wall Repair & Repaint
ID: FA857925Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines the requirements for wall repairs and painting in Room 122 of Building 229C at Warner Robins Air Force Base for the 402nd Software Engineering Group. The contractor is responsible for providing all necessary materials, tools, and labor to repair and refresh approximately 4,240 square feet of walls and columns, including the painting of one set of double doors and one single door. The work must commence within two weeks of contract award and be completed promptly. Key aspects include adherence to safety and environmental regulations, communication with a designated Government Point of Contact, and compliance with security and access requirements at the base. Contractors must submit a Safety Plan and incident notifications as part of the contract deliverables. Furthermore, the PWS emphasizes the non-involvement of government personnel in contractor tasks, maintaining clear lines of responsibility and authority. The overall purpose of this PWS is to ensure that necessary renovations are conducted efficiently while adhering to regulatory standards, thereby supporting the operational needs of the Air Force.
    The document is the DD Form 1423-1, a Contract Data Requirements List used by the Department of Defense to outline data item requirements in government contracts. It specifies details such as contract line item, system/item information, contractor details, and various submission requirements. Key categories for data items include Technical Data Packages (TDP), Technical Manuals (TM), and other specific documentation types. Notable aspects include the contractor's responsibility for deliverables, the necessity for government approval on submission formats, and distribution statements limiting access to Department of Defense and affiliated contractors. The document also delineates pricing categories for data items, outlining the basis for estimating the costs associated with producing required data. The form is structured to facilitate compliance with government regulations related to data specifications and submission processes, ensuring accountability and clarity in contract execution. This framework is essential in managing data for RFPs, grants, and contracts across federal, state, and local levels, ensuring all parties understand their roles and obligations regarding documentation and data deliverables.
    The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) related to the acquisition of specific technical data within government contracts. It specifies fields necessary for proper documentation, including contract number, contractor details, data item title, and submission timelines. The contractor is required to report any accident or incident within one hour and provide a detailed report within three days. Distribution statements clarify that the data is restricted to Department of Defense and U.S. contractors, highlighting the sensitive nature of the information. The form categorizes data items into technical data packages, technical manuals, or other specific data types. Important procedures for submission and approval processes are included for government personnel, as well as guidelines for contractors regarding cost estimation and pricing for data items. The overall intent of the form is to ensure standardized data collection and reporting to maintain compliance and oversight in government contracting processes.
    This document outlines the specifications for the Pawling Pro-Tek® Model CG-10R corner guard system, a wall protection solution primarily designed for commercial and institutional settings. The section begins with a summary of the product and related sections, including bumper guards and protective wall coverings. It emphasizes the importance of using high-quality materials with specified flammability, stain resistance, and impact resistance to ensure safety and durability in high-traffic areas. Manufacturing details indicate that Pawling Corporation has significant experience in producing such products, and a series of required submittals, including product data and test reports, are necessary for approval. It also reiterates the significance of proper storage, handling, and site conditions for successful installation. Installation procedures are provided to ensure that the corner guards are secured appropriately, highlighting the necessity for clean surfaces and acclimatization of materials. The document serves as a guide for contractors responding to government RFPs, reflecting compliance with safety standards and quality assurance in construction projects. Overall, it emphasizes the importance of adherence to specified parameters to achieve high performance and safety in wall protection applications.
    The document outlines the specifications for the CG-10R corner guard, a surface-mounted impact absorption product composed of two thermoplastic extrusions. It emphasizes the product's recycled content, which is computed based on the weight of the materials used. The corner guard weighs 0.64 pounds per linear foot, with a recycled content percentage derived from its retainer, which comprises 100% pre-consumer recycled materials and 0% post-consumer materials. Thus, the total recycled content applicable for LEED credits is calculated to be 19% of the product's weight. This figure is pivotal for projects aiming for LEED credits under the MR Credits 4.1 and 4.2 guidelines established by the USGBC. The document is issued by Pawling Corporation and provides contact details for further inquiries. This summary emphasizes the product’s sustainability aspects in line with federal and local RFP requirements pertaining to eco-friendly materials and credit calculations for green building initiatives.
    The document outlines a solicitation from the federal government for a Women-Owned Small Business (WOSB) to submit proposals related to the wall repair and repainting of Room 122 in Building 229C at Robins Air Force Base. The request for quotation (RFQ) emphasizes the need for vendors who attended a prior site visit to submit their quotes by April 30, 2025, to the designated contact, Adam Hudson. The project includes provisions for preparing and painting approximately 4,240 square feet of wall space, as well as specific doors. The contract is valued at $45 million and follows Simplified Acquisition Procedures (SAP). The document provides essential information on contract requirements, including payment terms, inspection and acceptance protocols, and the responsibilities of both the contractor and the government. It incorporates various federal acquisition regulations, including clauses to promote small business participation, particularly focusing on socially and economically disadvantaged groups. Safety, health regulations, and contractor access protocols to Air Force installations are articulated to ensure compliance. This solicitation exemplifies the federal commitment to inclusivity in contracting while prioritizing quality and safety in federal projects.
    The document outlines the Industrial Safety and Health Requirements for a project involving wall repair and painting at a designated facility. It mandates contractors to develop a comprehensive Safety and Health Plan that aligns with various federal, state, and military safety regulations, including compliance with OSHA standards and Air Force directives. Key requirements include the contractor's responsibility for employee safety, adherence to mishap notification protocols, and regular inspections by safety officials. Mandatory elements such as managing hazardous materials, conducting risk assessments, and providing personal protective equipment are emphasized throughout. The document also details policies regarding environmental controls, accident prevention, and safe work practices specific to the contract's scope. It underscores the need for effective communication with all employees, including providing bilingual materials if necessary. Overall, the guidelines aim to ensure a safe working environment for all personnel involved in the project while reducing risks associated with their operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    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.
    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.
    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.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    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 further project insights.