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
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    Maintain Airfield and Markings MAFB
    Buyer not available
    The Department of Defense, through the 23D Contracting Squadron at Moody Air Force Base in Georgia, is preparing to issue a Request for Proposal (RFP) for the maintenance of airfield surface markings at Moody AFB. The contract, designated as Solicitation No. FA483025R0006, will involve the removal of rubber build-up and repainting of specified areas as outlined in the Statement of Work (SOW), with a focus on compliance with procurement regulations while promoting participation from Woman-Owned Small Businesses (WOSB). The estimated project magnitude is between $250,000 and $500,000, and the selection process will utilize Lowest Priced Technically Acceptable (LPTA) procedures. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Lucas W. Richardson or Erick Boswell at the provided contact information.
    PAINT IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for painting services at Joint Base Myer-Henderson Hall and Fort McNair in Virginia. The procurement aims to engage contractors capable of fulfilling essential painting tasks while adhering to safety protocols and regulatory standards, with a project magnitude exceeding $500,000. This opportunity is critical for maintaining operational continuity at the sites during the contract execution. Proposals are due by March 31, 2025, at 3:00 PM, and interested parties should contact Rosalie Horton at rosalie.b.horton.civ@army.mil or Jerome H Newell at jerome.h.newell.civ@army.mil for further information.
    MAAS Tire Refurbishment - Tyndall AFB
    Buyer not available
    The Department of Defense, through the 325th Contracting Squadron at Tyndall Air Force Base, is soliciting proposals for a Firm Fixed Price contract to procure 72 MAAS Trailer Tire Wheel Assemblies, as outlined in Solicitation Number FA481925Q0007. The contractor will be responsible for providing military tires (P/N: ML4C4), tubes, tire flaps, and a two-part polymer fill, along with refurbishing split steel wheels and ensuring compliance with industry standards for performance at highway speeds. This procurement is critical for the Mobile Aircraft Arresting System trailer as part of a mandated overhaul program, emphasizing the importance of timely delivery and adherence to Federal Acquisition Regulation (FAR) clauses. Interested small businesses must submit their electronic quotations by March 21, 2025, and ensure they are registered and active in SAM.gov. For further inquiries, contact A1C Nathaniel J. Cordova at nathaniel.cordova.1@us.af.mil or 850-283-8692, or Diana Alen at diana.alen@us.af.mil or 850-283-8641.
    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.
    FA4613 - B34 2nd/3rd Floor Carpet
    Buyer not available
    The Department of Defense, through the 90th Contracting Squadron at F.E. Warren Air Force Base in Wyoming, is soliciting bids for the procurement and installation of flooring materials, specifically carpet tiles, composite carpet planks, and vinyl wall base, for the 2nd and 3rd floors of Building 34. The contractor will be responsible for the demolition and disposal of existing flooring, as well as the installation of approximately 14,257 square feet of carpet, 4,872 square feet of planks, and 4,225 linear feet of wall base, adhering to specified environmental and historical preservation standards. This project is crucial for modernizing the work environment while ensuring compliance with safety and sustainability regulations. Interested small businesses must submit quotes by March 27, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, with an estimated contract value of $19 million.
    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.
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for flooring installation at Buckley Air Force Base, with a total contract value of $19 million. The project involves the procurement and installation of quartz flooring for the Fire Station and Main Apparatus Bay, covering approximately 6,570 square feet, and requires completion within 120 calendar days from the award date. This flooring is crucial for maintaining safety and functionality in high-traffic emergency service areas, ensuring durability and slip resistance. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further details, with proposals due by March 21, 2025.
    NAS KINGSVILLE RUNWAY 13L/13R RUBBER REMOVAL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking contractors for the runway maintenance project at Naval Air Station Kingsville, Texas, specifically for runways 13L and 13R. The project entails conducting friction tests, removing rubber buildup, and repainting necessary runway markings to ensure safety for flight operations. This maintenance work is crucial for maintaining the operational standards of the runways, which are vital for military aviation activities. Interested parties should note that the contract is designated as an 8(a) set-aside, encouraging participation from small, disadvantaged businesses, with responses due by April 25, 2025. For further inquiries, potential bidders can contact Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.