DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)
ID: FA8051-16-R-0001Type: Presolicitation
Overview

PSC

MAINT, REPAIR, ALTER REAL PROPERTY (Z)
Timeline
    Description

    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.

    Point(s) of Contact
    Anthony D. RogianoContracting Officer
    (850) 283-6841
    anthony.rogiano.1@us.af.mil
    Michaela N. HolstonContracting Specialist
    (850) 283-6318
    michaela.holston@us.af.mil
    Files
    No associated files provided.
    Similar Opportunities
    Repair Airfield Parking Ramp PH III
    Buyer not available
    The Department of Defense, through the 628th Contracting Squadron at Joint Base Charleston, South Carolina, is seeking qualified contractors for the Repair Airfield Parking Ramp Phase III project. This procurement involves milling and overlaying asphalt at nine aircraft parking spaces, along with the application of new pavement markings, joint resealing, and various concrete repairs, with an anticipated performance duration of 140 calendar days. The project is critical for maintaining operational readiness and safety at the airfield, with a projected contract value ranging from $1,000,000 to $5,000,000 under NAICS Code 237310 for highway, street, and bridge construction. Interested parties must submit their capabilities packages by February 7, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, specifically 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. The project entails comprehensive repairs to a section of Runway 14/32, including rotor milling, repaving with FAA-approved materials, crack sealing, and restriping, with an estimated contract value between $500,000 and $1 million. This initiative is crucial for maintaining airfield infrastructure and ensuring operational efficiency at military installations. Interested contractors must submit proposals by February 11, 2025, and are encouraged to contact TSgt Joshua Brooks or Ms. Omelia Saunders for further information regarding the solicitation and site visit requirements.
    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 seeking qualified contractors for a presolicitation opportunity to provide Air Traffic Control Markings at Wheeler-Sack Army Airfield, Fort Drum, New York. The contract will involve the painting, removal, and repainting of traffic control lines, aircraft control lines, warnings, and guides, with an estimated value between $10 million and $25 million. This project is crucial for maintaining operational safety and efficiency at the airfield, and it is set aside exclusively for HUBZone small business concerns. Interested contractors should note that bids are expected to be submitted by approximately 14 March 2025, with the performance period running from 1 June 2025 to 31 May 2026, followed by four one-year option periods. For further inquiries, contact Daniel Rowley at daniel.e.rowley.civ@army.mil or Joseph Taylor at joseph.j.taylor38.civ@army.mil.
    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.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Sources Sought Notice - Eglin AFB, FL - Demo IDIQ
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking capabilities statements from 8(a) small businesses for a demolition Indefinite Delivery Indefinite Quantity (IDIQ) project at Eglin Air Force Base in Florida. The procurement focuses on the removal of hazardous materials, including asbestos and lead, as well as the complete demolition and disposal of structures ranging from 100 to 10,000 square feet. This project is crucial for maintaining safety and compliance with environmental regulations during demolition operations. Interested vendors must submit their responses by February 5, 2025, and demonstrate their qualifications, including necessary work clearances, with an estimated contract value of $10 million over a base year and four one-year options. For further inquiries, interested parties can contact Kristine Wright at kristine.wright.2@us.af.mil or Shaun Williams at shaun.williams.8@us.af.mil.
    Sustain Aircraft Apron and Military Hwy
    Buyer not available
    The Department of Defense, specifically the 934th Airlift Wing of the United States Air Force, is seeking proposals for a Firm-Fixed Price contract to sustain the Aircraft Apron and Military Highway at the Minneapolis-St. Paul Air Reserve Base. The project involves comprehensive concrete repairs, including addressing joints, cracks, and spalls, and requires the contractor to provide all necessary services, permits, materials, and equipment to meet the specifications outlined in the Statement of Work and associated documents. This initiative is crucial for maintaining military infrastructure and ensuring operational readiness, with a contract value anticipated between $100,000 and $250,000. Interested contractors must monitor SAM.gov for the solicitation release on or after February 13, 2025, and can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.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 proposals for a firm-fixed price construction contract focused on the repairs of Runway 15-33 at Barksdale Air Force Base in Bossier City, Louisiana. The project entails a design-bid-build approach, emphasizing the need for qualified contractors to execute necessary repairs to ensure the runway's operational integrity. Such repairs are critical for maintaining the safety and functionality of military aviation operations at the base. Interested contractors can reach out to Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or Sheila Borges at sheila.i.borges.civ@us.navy.mil for further details, with the procurement process adhering to the guidelines set forth in the solicitation notice.