FY25 Exterior Paint
ID: FA449725R0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base (DAFB) in Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and the Dover AFB Installation Facilities Standards. This project is crucial for maintaining the aesthetic and functional integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or 302-677-5258.

    Files
    Title
    Posted
    The document is a comprehensive construction cost estimate template used in federal and state/local government projects. It outlines a structured approach for estimating costs across various construction divisions, such as General Requirements, Concrete Work, and Electrical, among others. Each division contains placeholders for labor and material costs, with calculations for total expenses guided by formulas embedded within the spreadsheet. At the document's core is a breakdown of costs by division, enabling project planners to itemize expenses efficiently while accounting for overhead, profit margins, and design stages, ranging from code A (no design) to code C (final design). This cost estimation tool is essential for standardizing contractor bids and ensuring financial oversight in construction projects funded by governmental grants or RFPs. By providing detailed categories for various construction activities and their respective costs, stakeholders can accurately assess project budgets and compliance with fiscal regulations. The document emphasizes the need for correct data entry while maintaining a formal structure for consistent reporting. Its contribution to project planning and financial transparency demonstrates its critical role in government contract management and procurement processes.
    The Dover Air Force Base (DAFB) Installation Facilities Standards (IFS) document outlines architecture and exterior painting requirements, aiming for compliance with DAF Corporate Standards. It serves as a supplement to existing IFS guidelines and supersedes earlier design standards. Key sections include architectural features, painting standards, and specific requirements for fuel-resistant resinous flooring. Architecture guidelines emphasize the use of integral colors in new materials to reduce maintenance, forbidding the need for field painting. The painting standards focus on using existing colors and highlight which materials should or should not be painted, prioritizing simplification and visual consistency in previously painted facilities. Notably, certain colors, such as Eagle Feather Tan, Dark Bronze, and Bald Eagle Brown, are prescribed for repainting existing structures. The document emphasizes the importance of selecting materials that require minimal ongoing maintenance and outlines specifications for Fuel Resistive Resinous Flooring, detailing requirements for resistance to abrasion, chemicals, and hazards. This flooring is essential for maintenance shops and hangars. Overall, the document serves to ensure that facilities at DAFB adhere to established aesthetic and functional standards while optimizing durability and maintenance efficiency.
    The Dover Air Force Base Installation Facilities Standards (IFS) serves as a comprehensive framework for establishing and enforcing facility standards across the base. This document is part of the Air Force Corporate Facilities Standards (AFCFS) program, intended to streamline existing facilities standards for efficient base operations tailored to various climate conditions. The document outlines key components such as comprehensive planning, site development, facilities exteriors, and interiors, and integrates principles of facility hierarchy and quality. Major sections detail requirements for street standards, open space usage, and site design considerations while emphasizing sustainability and efficient resource management. The IFS mandates adherence to various Air Force instructions and criteria, ensuring updates are continuous and reflective of best practices. It encourages using advanced modeling and proper documentation for all projects, reinforcing a consistent approach to construction and development. The emphasis on reducing initial and lifecycle costs, energy consumption, and maintaining aesthetic and functional value underscores the Air Force's commitment to operational excellence and regulatory compliance. The IFS thus not only governs physical structures but also influences the ecological and social character of the installations, aligning with broader defense facility development strategies.
    The document outlines the Unified Facilities Guide Specifications (UFGS) for paints and coatings utilized by the U.S. Army Corps of Engineers (USACE), Naval Facilities Engineering Command (NAVFAC), and Air Force Civil Engineer Center (AFCEC). It provides comprehensive guidelines on the requirements for the painting of various surfaces, including interior and exterior applications across different materials such as masonry, metal, and wood. Emphasis is placed on quality assurance, environmental compliance, and safety, detailing specific regulatory requirements regarding toxicity, lead, asbestos, and other hazardous materials. The guide also includes instructions for surface preparation, application methods, and post-application processes, as well as submission requirements for materials used. Additionally, it differentiates between standard maintenance painting and high-performance coatings for specialized structures. Overall, the UFGS ensures consistency, safety, and compliance in painting projects associated with Department of Defense facilities, highlighting critical practices necessary for successful execution in a government RFP context.
    The document addresses the repainting specifications for three buildings (600, 635, and 921) at Dover Air Force Base, detailing requirements based on existing materials and conditions. For Buildings 600 and 635, it outlines that aluminum and factory-finished surfaces must be cleaned, not painted, while previously painted surfaces are to be repainted. Repairs, if needed, fall under the contractor's responsibility prior to repainting. The document also addresses concerns about lead paint, confirming that though no lead-based paint exists in Building 600, testing should be conducted on other facilities. The contractor must provide portable restrooms, and working hours are subject to negotiation. Specific inquiries regarding surface preparation and painting methods reference federal standards, including IFS and UFGS requirements. Finally, paint specifications should adhere to previously established color standards, which match existing conditions, and the contractor must ensure proper waste management during the cleaning process. This document serves as a guideline for compliance and contractor responsibilities during the repainting project.
    The document outlines the evaluation factors for the FY25 Exterior Paint Multi Facilities project under Project FJXT250001, set for contract award on December 10, 2024. The contract will be awarded using the Lowest Price Technically Acceptable (LPTA) method, emphasizing that the government seeks a firm-fixed price contract. Bids will be assessed first on price; the lowest submission will undergo a technical acceptability review. Proposals failing this review will be bypassed until a technically acceptable submission is identified. Key technical capabilities include the requirement for a comprehensive work plan outlining the project's timeline and action scope, as well as proof of two prior projects of similar size and scope to demonstrate relevant experience. Proposals will receive an "Acceptable" or "Unacceptable" rating based on their compliance with these criteria. Failure to meet the specified requirements will result in the proposal being excluded from consideration. This document highlights the structured approach the government employs in procurement processes, ensuring both cost-effectiveness and satisfactory project execution.
    The pamphlet from the Dover Air Force Base Antiterrorism Office provides contractors with essential information regarding their role in maintaining security vigilance during their operations at the base. It emphasizes the importance of being aware of surroundings and recognizing suspicious activities, such as surveillance, unfamiliar vehicles, and unauthorized acquisitions. The document outlines specific behaviors that warrant reporting, such as attempts to gather information or measure security effectiveness, as well as indicators of potential terrorist activity. Additionally, it introduces the concept of "victims by association, location, and opportunity," and emphasizes the importance of vigilance as no one expects to be a target. Emergency contact numbers and reporting procedures for suspicious activities are outlined, instructing contractors to provide specific details when reporting. The document also explains Force Protection Conditions (FPCON), categorizing the security posture based on the threat level. Overall, the pamphlet serves to inform and prepare contractors to actively contribute to the security of the Dover Air Force Base, thereby enhancing the collective efforts against terrorism while acting within their contractor roles.
    The Department of the Air Force's Antiterrorism Guide for Contractors outlines essential protocols for contractors at Dover Air Force Base (DAFB) to enhance safety against terrorist threats. It emphasizes the importance of supporting DoD requirements for personnel protection, resource security, and maintaining a safe work environment. Contractors are required to ensure proper training, including Antiterrorism Awareness Level I via designated online platforms, and are encouraged to report suspicious activities through multiple reporting channels. Key reporting parameters include observing surveillance behaviors, security tests, or individuals acting suspiciously. Contractors must recognize that elevated Force Protection Conditions (FPCONs) may necessitate the discontinuation of services depending on the threat level. The guide serves as a vital resource to bolster security awareness among contractors while promoting a proactive approach to identifying and reporting potential terrorist threats, ultimately contributing to the safety and security of the installation and personnel.
    The document outlines the wage determination for construction projects in Kent County, Delaware, effective March 7, 2025, under General Decision Number DE20250007. It specifies the required minimum wage rates for various skilled trades and laborers subject to the Davis-Bacon Act and relevant Executive Orders. The wage rates vary based on contract initiation dates, with rates for 2025 starting at $17.75 per hour—reflecting updates suitable for federal contracts. The determination includes categories such as boilermakers, bricklayers, carpenters, electricians, and many others, detailing their rates and fringe benefits. Additionally, it emphasizes that contracts are subject to annual wage adjustments and mandates contractors to address any unlisted job classifications through a conformance request. The document also highlights regulations related to paid sick leave for employees under Executive Order 13706 and outlines the appeals process for wage determination disputes. This framework is vital for ensuring fair labor practices and compliance in federal and state-funded construction projects.
    The Dover Air Force Base (AFB) OPSEC Awareness Guide for Contractors outlines essential security measures for safeguarding sensitive information and ensuring operational security. The guide emphasizes the importance of reporting suspicious behavior and highlights the handling of Personal Identifiable Information (PII) under the Privacy Act. It instructs contractors to limit access to sensitive data, such as personnel logistics and aircraft details, and stresses the necessity of secure communication through email encryption and password protection. Contractors are advised to avoid disclosing information related to force structure and mission specifics in public forums, and to follow a strict shredding policy for sensitive documents. The document also stresses that only authorized individuals should access classified materials and that discussions regarding these matters should occur in secure environments. Revealing technical mission details is limited to personnel directly involved in the project, maintaining strict confidentiality. Overall, the guide serves to educate contractors on best practices for protecting sensitive information, crucial for compliance with federal security regulations within the context of government contracts and operations.
    This solicitation outlines the requirements for the FY25 Exterior Paint Multi Facilities project at Dover Air Force Base, focusing on the repainting of buildings 600, 635, and 921. Contractors are expected to provide all necessary labor, materials, equipment, and related services, adhering to the Air Force Whole Building Design Guide and the Dover AFB Installation Facilities Standards. Interested offerors must submit sealed bids by April 28, 2025, and are required to agree to a performance period of 90 calendar days from the contract award date. The document specifies additional requirements, including the provision of performance and payment bonds, adherence to various government clauses, and submission procedures for invoices through the Wide Area Workflow system. The contract emphasizes compliance with federal regulations, subcontracting limitations, and the inclusion of mandatory clauses relating to employee rights and prompt payment procedures. Overall, the solicitation aims to ensure high standards in construction practices while promoting fair competition and regulatory compliance within the procurement process.
    The FY25 Exterior Paint Multi Facilities project at Dover Air Force Base aims to repaint the exteriors of three buildings (600, 635, and 921) within a 90-day period. The contractor is responsible for all necessary design, labor, materials, and equipment while ensuring compliance with federal, state, and local codes, as well as specific Air Force standards. Comprehensive tasks include surface preparation, repainting, and the removal and reinstallation of exterior signs. Notably, the contractor must test for lead-based paint in buildings 635 and 921 before proceeding with work. The facilities will remain operational during the project, requiring careful coordination to minimize disruption. The document outlines detailed requirements for safety, environmental management, quality control, contract administration, and security, including adherence to hazardous material regulations. The project emphasizes maintaining operational integrity and compliance with all necessary permits and inspections throughout the execution of work. This initiative reflects the government’s commitment to maintaining infrastructure while ensuring safety and regulatory compliance in federal contracting.
    The FY25 Exterior Paint Multi Facilities project aims to repaint the exteriors of Buildings 600, 635, and 921 at Dover Air Force Base (DAFB) over a negotiable performance period of 90 days. The contractor is responsible for design, labor, materials, and compliance with the Air Force Whole Building Design Guide and DAFB standards. Key tasks include surface preparation, testing for lead paint where applicable, and ensuring minimal disruption to facility operations during the painting process. Deliverables include bonds, project schedules, and safety documentation, with progress reports submitted bi-weekly. The contractor must coordinate with facility management for operational harmonization and adhere to safety regulations, environmental management, and hazardous waste management protocols. A final inspection and acceptance of work will conclude the project, along with a standard one-year warranty. Security guidelines for personnel and vehicles accessing DAFB are also outlined, emphasizing the contractor's accountability for compliance. This document serves as a foundational framework for contractors responding to government RFPs, emphasizing stringent regulatory adherence, project management, and coordination with military facility requirements.
    The FY25 Exterior Paint Multi Facilities project at Dover Air Force Base (DAFB) aims to repaint the exteriors of three specific buildings within a 90-day period. The contractor is responsible for all aspects of the work, including design, materials, preparation, painting, and cleanup, while adhering to stringent safety and quality standards as outlined in federal and local regulations. The project specifies detailed requirements for each building, including surface preparation, lead paint testing, and correct repaint matching existing conditions. Moreover, site operations will take place without disrupting ongoing facility activities, necessitating careful coordination. Key administrative elements include maintaining a project schedule, progress reporting, quality control, safety compliance, and proper disposal of hazardous materials. The document outlines critical points of contact, deliverables, and adherence to government standards, ensuring project transparency and accountability. The overarching goal is to conduct comprehensive exterior maintenance while upholding required safety and environmental protocols.
    Lifecycle
    Title
    Type
    FY25 Exterior Paint
    Currently viewing
    Solicitation
    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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.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.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    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.
    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.
    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.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.