Solicitation Protective Coating and Marking Services
ID: FA286026R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The 316th Contracting Squadron at Joint Base Andrews is seeking to select a contractor for Airfield and Pavement Markings, Rubber Removal, Protective Coatings, and Signs. A key component of the proposal evaluation is the verification of past performance. This document outlines a Past Performance Questionnaire designed to gather first-hand information from organizations that have experience with the offerors. The questionnaire covers contractor and customer identification, respondent details, and detailed performance information across various categories including Quality & Technical Performance, Program Management, Employee Retention/Attraction, and Cost/Price Control. It also includes questions regarding contract terminations and general comments on the contractor's ability to perform. The completed questionnaire, which is considered Source Selection Information, is requested to be submitted via email to allen.tang@us.af.mil and cameron.cox.8@us.af.mil to meet acquisition milestones.
    The document outlines a comprehensive five-year contract for "JBA Protective Coatings," detailing extensive painting, refinishing, and marking services for various government facilities and infrastructure. The scope of work includes interior painting for gypsu, CMU, plaster, wood, and metal surfaces, along with exterior painting for ABS cement, stucco, ferrous/non-ferrous metals, aluminum, and wood. Additionally, the contract covers doors and windows refinishing, trim work, miscellaneous floor finishes (sanding, striping, seal coating), concrete floor coatings (urethane, epoxy, enamel, non-skid), gyp. board refinishing, and sealant/caulking for both interior and exterior applications. Specialized services encompass painting for fire hydrants, fences, gas meters, wood handrails, and utility poles. The contract also specifies wall covering installation and removal, sandblasting (near white metal, commercial metal, concrete), pressure washing, and a wide array of pavement and airfield markings using various reflective and non-reflective paints, including rubber removal and waterblasting. Finally, signage services cover fabrication, installation, maintenance, and painting of signs, banners, and logos. The pricing for all listed items across all five contract years is uniformly set at $0.00, indicating a placeholder or a rate to be determined. Each year lists the same comprehensive set of services and quantities, implying a recurring need for these protective coating and marking services.
    This government Statement of Work outlines requirements for airfield and pavement markings, rubber removal, protective coatings, and signs at Joint Base Andrews (JBA), including Davidsonville and Brandywine Sites. The contractor must provide all personnel, equipment, and materials for tasks such as applying protective coatings, cleaning surfaces, sandblasting, striping airfields and streets, removing rubber buildup (85% target), patching gypsum, installing wall coverings, and fabricating/maintaining signs. The document details payment via task orders, contractor management responsibilities, work scheduling (routine, urgent, medium, large jobs with specific timelines), safety, environmental compliance (spill containment, hazardous waste disposal, asbestos protocols), and measurement standards for various services. It also specifies surface preparation techniques for different materials and application methods for paints, sealants, and floor/door finishes, emphasizing adherence to industry standards, manufacturer recommendations, and JBA regulations.
    The provided document is an
    This Statement of Work outlines the requirements for exterior painting services at B3305 Entomology Compound, Joint Base Andrews. The contractor is responsible for providing all necessary labor, equipment, supplies, tools, materials, and management. The scope of work includes applying two coats of exterior paint to the building, one coat to the steel overhang supports and exterior doors, and painting the fire hydrant and gas meter. Additionally, the steel overhead supports will be pressure washed. All work must adhere to the JBA Protective Coatings Statement of Work and be coordinated with the Contracting Officer and/or Contracting Office Representative.
    This government Request for Proposal (RFP) (FA286026R0002) outlines a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for airfield and pavement markings, rubber removal, protective coatings, and sign maintenance at Joint Base Andrews (JBA), Davidsonville, and Brandywine Sites. The contractor must provide all necessary personnel, equipment, and materials as per the Statement of Work and individual Task Orders. Key requirements include mandatory performance and payment bonds for task orders exceeding $150,000, with a continuous reserve bonding of $1,000,000 for urgent projects. The contract emphasizes electronic invoicing via Wide Area WorkFlow (WAWF) and adherence to specific payment and insurance clauses. The solicitation is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a maximum contract ceiling of $9.5 million and a minimum order of $2,000.
    The document outlines various technical specifications and requirements, likely pertaining to a federal government Request for Proposal (RFP) or grant. It includes detailed sections on system components, operational parameters, and compliance standards. The file appears to be structured with sections dedicated to different aspects of a project, such as mechanical, electrical, and potentially data-related systems, indicated by references to 'hardware' and 'software'. There are also security, safety, and compliance elements, including references to specific regulations and standards. The document emphasizes technical capabilities and adherence to established guidelines for implementation and operation. The extensive use of coded sequences and formatting suggests a highly structured and technical nature, typical of government procurement documents. The main purpose is to provide a comprehensive framework for a technical project, ensuring all components meet specified criteria and regulatory mandates.
    The document details the requirements and specifications for upgrading mechanical, plumbing, and fire suppression systems across multiple buildings within a federal government facility, likely under an RFP or grant. It outlines the need for a comprehensive assessment of existing infrastructure, demolition, and installation of new equipment in compliance with VA standards and local codes. Key aspects include enhancing sprinkler systems, ductwork, and piping, with an emphasis on maintenance accessibility and coordination among various trades. The project also addresses specific concerns like hazardous materials (asbestos, lead-based paint) and requires detailed plans for all system integrations. Safety protocols, including infection control and fire watch, are mandatory, underscoring the project's commitment to modernizing facilities while ensuring compliance and safety.
    This government file outlines a Request for Proposals (RFP) for comprehensive infrastructure upgrades, likely for federal, state, or local government facilities. The document emphasizes the need for modernizing various systems, including mechanical, plumbing, and fire suppression, to meet current standards and regulations. It details requirements for engineers and architects to assess existing conditions, plan demolitions, and install new equipment, ensuring coordination with other trades. Key aspects include enhancing sprinkler systems, ductwork, and piping, with a focus on maintenance accessibility and integration of new fixtures. The RFP highlights stringent safety protocols, such as infection control and fire watches, underscoring the project's commitment to compliance and safety during modernization efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    Fair Opportunity Exception - Title II Services for Hangar 4 Construction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for Title II services related to the construction of Hangar 4 at Joint Base Andrews in Maryland. This procurement involves the repair or alteration of fuel supply facilities, which are critical for maintaining operational readiness and safety at the base. Interested parties should refer to the attached Fair Opportunity Exception Justification document for further details. For inquiries, potential bidders can contact Anita Brown at anita.brown@us.af.mil or by phone at 301-981-1949, or Kerryn P. Loan at kerryn.loan@us.af.mil or 240-612-5652.
    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.
    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.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    Coatings and Engravings
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for coatings and engravings services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations, facilitating a streamlined acquisition process for the government. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years and individual call limits not exceeding $250,000. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    Z2DA--PARKING LOT STRIPPING AND MARKING | Washington DC Medical Washington DC Medical Center, 20422
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide professional pavement striping and decal marking services for the Washington DC VA Medical Center campus. The project includes the striping of all parking lots, street markings, curbs, and two parking garages, with strict adherence to EPA VOC regulations, District Department of Transportation (DDOT) standards, and Americans with Disabilities Act (ADA) requirements. This work is crucial for ensuring safe and compliant access for veterans and visitors to the medical center. Interested businesses must submit their responses, including capability statements and cost estimates, by January 14, 2026, at 10:00 AM Eastern Time to Contracting Officer Robert O'Keefe Jr. at robert.okeefejr@va.gov.