JB Andrews Paint, Coatings, and Markings IDIQ
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 a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for protective coating and marking services at Joint Base Andrews (JBA) and surrounding sites. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, pavement striping, and sign maintenance, adhering to the detailed requirements outlined in the Statement of Work. This procurement is particularly significant as it emphasizes the importance of maintaining airfield safety and operational efficiency through high-quality surface treatments and markings. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit any questions by January 7, 2026, with a site visit scheduled for December 19, 2025. 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.
    This document is a Subcontractor/Teaming Partner Consent Letter addressed to the 316th Contracting Squadron at Joint Base Andrews. It serves as a formal consent from a subcontractor or teaming partner to allow the Department of the Air Force to discuss their past performance information with the prime contractor during the source selection process for solicitation number FA286025R0003. This solicitation is for "Airfield and Pavement Markings, Rubber Removal, Protective Coatings and Signs" on Joint Base Andrews. The letter highlights the government's emphasis on past performance for best value in source selections and includes fields for the Offeror Name, Company Name, Address, CAGE Code, and Phone/FAX, along with a signature block for an authorized representative.
    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
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, through the Air Force Global Strike Command, is soliciting proposals for a project focused on rubber removal and airfield markings at Dyess Air Force Base in Texas. The objective is to execute a phased service to remove rubber accumulation from two runways and repaint the airfield markings according to specified drawings and standards. This project is crucial for maintaining airfield safety and operational efficiency, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit a capability statement and technical approach by January 12, 2026, with offers evaluated based on the lowest price that is technically acceptable. For further inquiries, vendors can contact Anthony Parra at anthony.parra.2@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    Grounds Maintenance and Snow Removal Services - JBAB
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is seeking qualified small businesses to provide Grounds Maintenance and Snow Removal Services at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial (AFM). The procurement includes comprehensive grounds maintenance tasks such as mowing, trimming, pest control, and snow/ice removal, with specific performance standards outlined in the attached Performance Work Statement (PWS). These services are crucial for maintaining the operational readiness and aesthetic quality of the military installations. Interested parties should express their interest and capabilities by contacting James Carnes or Sahmiyah Darby via email or phone, as this is a Sources Sought announcement and not a solicitation for bids.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base, Delaware. This procurement is a total 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 and a performance period of 365 calendar days. The work is critical for maintaining airfield safety and operational efficiency, with proposals due by 1:00 PM EST on January 16, 2026, and must remain valid through March 31, 2026. Interested parties can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    Sources Sought: Minot AFB - Flooring IDIQ
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (MAFB) in North Dakota, is seeking qualified small businesses for a Flooring Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract. The procurement aims to gather industry input for flooring-related work, including the removal and installation of various floor coverings, application of protective coatings, and debris disposal, all in compliance with Unified Facilities Guide Specifications and USAF Carpet Program requirements. This contract is crucial for maintaining and enhancing the operational facilities at MAFB, with an anticipated budget of approximately $1 million annually and a total ceiling of around $5 million over five years. Interested parties must submit a Capability Statement to the designated contacts by 4:00 PM CST on January 7, 2026, and ensure they are registered in the System for Award Management (SAM).
    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.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. The contract, valued at approximately $12.5 million, encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and quarterly inspections of UV systems, with a performance period extending from March 2026 to September 2030. This procurement is critical for ensuring the operational readiness and safety of fire suppression systems across multiple installations. Interested small businesses must submit their proposals by January 14, 2026, at 10:00 AM CST, and are encouraged to attend a site visit on January 6, 2026, with prior confirmation required by December 29, 2025. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    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 procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools 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 16, 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 TSgt Gary Spillane at gary.spillane@us.af.mil.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Custodial Services, Seymour Johnson Air Force Base
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron, is seeking qualified contractors to provide custodial services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement involves comprehensive management and execution of cleaning services, including general facility cleaning, restroom maintenance, and specialized services for child/youth care facilities and fitness centers. This contract is crucial for maintaining a clean and professional environment at the base, with a proposed structure of a single firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract that includes a one-year base period and four one-year options. Interested parties should note that the solicitation is anticipated to be issued around February 19, 2026, and must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Michael Demers at michael.demers.4@us.af.mil.