FY25 Paint and Rubber Removal
ID: PQRE254444Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of airfield painted markings and rubber deposits from runways and taxiways, followed by the application of new markings in compliance with established federal standards and specifications. The project is crucial for maintaining airfield safety and operational efficiency, with a contract value estimated between $250,000 and $500,000. Interested contractors must submit their sealed bids by April 7, 2025, and can direct inquiries to SrA Junious Buchanan at junious.buchanan@us.af.mil or SrA Jada Davis at jada.davis.3@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 3:04 PM UTC
The document outlines a Request for Proposal (RFP) for the FY25 Airfield Paint & Rubber Removal Maintenance project at McConnell Air Force Base. Bidders must submit prices for various line items specified in the bid schedule, including base bid work such as the removal of rubber deposits and repainting airfield markings. The base bid encompasses multiple painting and rubber removal tasks organized into options labeled A through J, each corresponding to specific airfield locations and requirements. Contractors must provide information regarding their company, including contact details and capacity for electronic invoicing. Offers are due by March 24, 2025, and a site visit is scheduled for March 6, 2025. The government reserves the right to award contracts on either an all-or-none or multiple award basis, and bidders must be registered in the System for Award Management. This RFP is part of the federal government's initiative to maintain airfield safety and operational effectiveness through routine maintenance and upgrades.
Apr 2, 2025, 9:08 PM UTC
The government file outlines a Request for Proposal (RFP) for airfield paint and rubber removal maintenance at McConnell Air Force Base, covering base bid and multiple options for various taxiways and ramps. The base bid consists of removing rubber deposits from the runway and repainting airfield markings per specific contractual guidelines. Option items include additional painting work on Taxiway Alpha, Echo, Delta Ramp, and others, each requiring completion of at least 85% paint removal before new application. The document stipulates requirements such as a 90-day performance period, registration in the System for Award Management, and the need for electronic invoicing capabilities. Offers are due by 2:00 p.m. CST on March 24, 2025, with a site visit scheduled for March 6, 2025. Communication for inquiries must be directed to the Contract Administrator by a specified deadline. The RFP emphasizes the government's right to award on a multiple or all-or-none basis, reinforcing the importance of compliance among bidders.
Apr 2, 2025, 9:08 PM UTC
The document outlines the wage determination for highway construction projects in Sedgwick County, Kansas, under the Davis-Bacon Act. It specifies the minimum wage requirements for workers involved in federal contracts, mandated by Executive Orders 14026 and 13658, based on contract dates and conditions. Contractors must pay workers performing on applicable contracts at least $17.75 per hour if the contract is post-January 30, 2022, or $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, unless otherwise specified in the wage determination. The document also details classifications of labor, including electricians and various types of laborers, along with their respective wage rates and fringe benefits. The classification system provides comprehensive wage rates, both union and non-union, relevant to the geographic area. Furthermore, an appeals process is described for parties disputing wage determinations or seeking changes to classifications. Overall, this wage determination document serves to ensure compliance with federal wage standards in public construction projects, promoting fair labor practices and transparency in contract execution.
Apr 2, 2025, 9:08 PM UTC
The document consists of a series of questions and responses pertaining to an upcoming government contract for the removal of rubber and paint from a runway. Key topics addressed include the use of frak tanks and roll-off dumpsters for liquid and solid waste disposal, with no additional government testing required beyond standard Waste Management procedures. Both the frak tank and roll-off dumpster can remain onsite throughout the project duration, facilitating operational efficiency in the laydown yard. The government confirms there is no lead-based paint involved in the project and details that runway shutdowns will occur one at a time, with 24/7 operations permitted if scheduling allows. Contractors will have the opportunity for weekend work, ensuring timely project completion. Environmental concerns are acknowledged, with a preference for high-pressure water systems over solvents for the removal process. The waste from this project will be disposed of at a landfill accepting such materials, typically Redi Industries. Clarifications regarding site management, including entry control points and signage specifications, are also provided to ensure compliance with regulations. Overall, the responses aim to streamline contractor expectations and project execution.
Apr 2, 2025, 9:08 PM UTC
The document outlines a series of proposed marking projects for runways, taxiways, and ramps in an airport setting, emphasizing the need for the removal of existing markings before the application of new paint to prevent buildup. Key components include the centerline markings, threshold markings, and side stripe markings, which are to be colored green for some runways and yellow for taxiways and ramps. Specific options for taxiway and ramp markings are designated by letters A through I, detailing the required types of markings and colors, such as red for restricted areas and purple for driving lanes. Each option also includes essential notes regarding the removal process and the significance of maintaining regulatory compliance for airfield operations. This document serves as part of an RFP process to seek contractors for executing these marking improvements, ensuring adherence to airport safety standards and operational efficiency. In summary, the main focus is on facilitating airport upgrades through comprehensive marking changes aimed at enhancing safety and maintaining compliance in air traffic management.
Apr 2, 2025, 9:08 PM UTC
The FY25 Rubber Removal & Airfield Paint Maintenance project at McConnell AFB focuses on removing rubber deposits from runways and repainting airfield markings. It requires contractors to provide all necessary services, materials, and operations, following strict specifications outlined in the attachments. The project encompasses the West and East runways and involves both base bid and optional tasks for taxiways and ramps, with specific guidelines for debris removal and airfield safety. Work execution is scheduled for Spring/Summer 2025, post base exercises, and must adhere to numerous construction criteria and environmental regulations. The contractor must submit an approved construction schedule and phasing plan to ensure no simultaneous closures of runways and taxiways. The document outlines special conditions for airfield access and details the necessity of maintaining operational oversight through weekly updates and conference notes. This initiative demonstrates the government’s commitment to maintaining airfield safety standards while also adhering to regulatory frameworks, ultimately ensuring a functional and compliant airfield environment.
Mar 25, 2025, 4:06 PM UTC
The document outlines the Statement of Work (SOW) for the FY25 Rubber Removal and Airfield Paint Maintenance project at McConnell Air Force Base, designated as PRQE254444. It involves the comprehensive removal of rubber deposits from runways and the repainting of airfield markings, referencing various attachments for specific instructions. The SOW mandates that all work aligns with applicable regulations and requires the contractor to furnish all necessary resources and supervision. Key components of the project include a base bid for runway maintenance and several optional tasks for painting specific taxiways and ramps, including requirements for 85% or 100% paint removal in designated areas before new applications. A construction schedule will be established to ensure minimal disruption to base operations, particularly during planned military exercises. The contractor must also manage construction debris responsibly and ensure the protection of monitoring wells. Overall, the SOW emphasizes adherence to safety, compliance with federal standards, and efficient project execution within the specified timeframe.
Apr 2, 2025, 9:08 PM UTC
The Unified Facilities Criteria (UFC) 3-260-04 establishes comprehensive standards for airfield and heliport marking across Department of Defense (DoD) facilities. It consolidates and replaces previous military directives, aiming for uniformity in visual guidance aids to enhance safety and operational efficiency. Key topics include the requirements for marking dimensions, colors, retro-reflectivity, layout, and specific procedures for varying conditions, such as military joint-use facilities inside and outside the continental United States. The document emphasizes compliance with international standards (ICAO, NATO) along with federal regulations (FAA) for facilities not owned by the DoD. It details processes for requesting waivers for non-compliant markings and advocates for the maintenance of existing markings until conditions necessitate remarking. The guidance supports best practices for installation, maintenance, and the use of effective materials for airfield markings, reducing the risk of confusion or accidents among aviation personnel. This UFC serves as a critical resource for ensuring safety and consistency in military airfield operations, thereby reinforcing compliance with established aviation protocols and standards.
The document outlines key elements of a "Laydown Area" and a "Staging Area" in the context of federal and state/local RFPs and grants. A Laydown Area is typically designated for the temporary placement of construction materials, equipment, or supplies near a project site, facilitating efficient workflow and logistics. This area is essential for project organization and resource management, ensuring that materials are readily accessible when needed. Conversely, a Staging Area, albeit on a smaller scale, serves a similar purpose but focuses on the preparation and assembly of materials before they are transported to the main worksite. The staging process may include sorting, organizing, and pre-assembling parts to streamline workflow and minimize delays once construction begins. The document's structure highlights these two areas' significance in project planning and execution, showcasing an operational framework that aligns with best practices outlined in government RFPs. By emphasizing organizational efficiency and logistical considerations, the document underscores its relevance to federal and state funding applications, aiming to optimize resource allocation and project management within available budgets. Overall, the concise presentation of these areas indicates a strategic approach to enhancing project delivery within government initiatives.
The government document PRQE254444 outlines a Request for Proposal (RFP) for airfield paint and rubber removal maintenance for FY25. The project encompasses the removal of existing paint markings and rubber deposits on runways, taxiways, and ramps, and the application of new reflective and non-reflective paint markings in adherence to the specified technical standards. Major tasks include 85% and 100% removal criteria for rubber and paint buildup, extensive preparation of surfaces, and details concerning the types and quantities of markings to be re-applied. Environmental compliance is emphasized, ensuring proper disposal of removed materials in accordance with local, state, and federal regulations. The contractor is responsible for providing all necessary equipment, performing all tasks with minimal disruption to airport operations, and adhering to safety measures. The document underscores the need for precision and compliance with military specifications (UFC 3-260-04) while ensuring the operational integrity of the airfield. The overall aim is to maintain and enhance airfield safety standards, supporting broader federal and local funding initiatives for infrastructure improvement and maintenance.
The FY25 Airfield Paint and Rubber Removal Maintenance project encompasses the comprehensive removal and repainting of airfield markings and rubber deposits on runways and taxiways. The work includes using specified equipment for both reflective and non-reflective paint applications, adhering strictly to detailed specifications outlined in contract drawings and relevant federal standards. Specific tasks include the removal of existing markings, application of a variety of new markings, and ensuring compliance with environmental regulations for waste disposal. The project also necessitates careful surface preparation, including cleaning and maintenance of equipment, as well as safety measures during operations. Key aspects include the requirement for 85% to 100% paint and rubber removal in designated areas, with established protocols for testing efficacy and quality of work. The contractor is responsible for providing necessary equipment, maintaining communication with air traffic control, and adhering to project timelines. This initiative reflects the government's commitment to maintaining airfield safety and operational efficiency while complying with applicable environmental laws. Overall, the project outlines a structured approach to airfield maintenance, ensuring high standards of quality and safety.
Apr 2, 2025, 9:08 PM UTC
The document outlines a proposal for extensive pavement marking work at North MAPA, detailing both base bids and various options for additional work. The primary focus is on the removal and application of runway and taxiway markings, including centerline and side stripe markings in yellow and green, as well as red and white restricted area markings. All existing markings must be at least 85% removed prior to the application of new paint to prevent buildup. The base bid encompasses centerline markings, side stripes, and associated markings on multiple runways and taxiways, each specified for maintenance and new installations. Various options are presented for additional marking projects, including taxiways and ramps, which highlight specific needs and requirements. Overall, the proposal aims to ensure compliance with airport safety regulations while maintaining clear visual guidance for aircraft operations, emphasizing the importance of updated markings on airport surfaces. The inclusion of attachment references indicates further technical details regarding specific project aspects, such as the deicing pit work, positioning this proposal within a broader framework of governmental infrastructure improvements and safety enhancements at aviation facilities.
Apr 2, 2025, 9:08 PM UTC
The document pertains to a federal Request for Proposals (RFP) focused on rubber removal in two specified areas, referred to as North and South. The primary aim of this RFP is to solicit bids from qualified contractors for the safe and effective removal of rubber surfaces, possibly from pavement, play areas, or other facilities requiring maintenance or restoration. The document outlines the need for contractors to demonstrate their ability to execute the project efficiently while adhering to federal and local regulations. Successful bidders will be responsible for implementing best practices in environmental safety and ensuring minimal disruption during the project execution. This RFP underscores the government’s commitment to maintaining and improving public spaces through sustainable practices.
Apr 2, 2025, 9:08 PM UTC
The document outlines the general requirements for contractors involved in construction projects at McConnell Air Force Base. It emphasizes the need for compliance with applicable local, state, and federal codes, ensuring contractors are responsible for all aspects of the work, including labor, materials, and safety protocols. Key topics include entry requirements for contractors, specific operational procedures, and coordination with military regulations, especially regarding access to restricted areas and site safety. Contractors must obtain excavation permits, coordinate utility interruptions, and maintain environmental standards. Specific guidelines on waste disposal, air quality management, and protection of water resources are also emphasized. The document details procedures for record management, quality control, and submittal requirements for materials and documentation. The overarching goal is to ensure that all work is completed with high standards of safety, quality, and regulatory compliance, thereby maintaining operational integrity at the military installation. This comprehensive approach reflects the importance of adhering to established protocols in government-funded RFPs and projects to safeguard both personnel and property.
Apr 2, 2025, 9:08 PM UTC
The document outlines a solicitation for the "Airfield Paint and Rubber Removal" project at McConnell AFB, Kansas, identified under solicitation number FA462125B0001. It emphasizes a 100% Small Business Set-Aside initiative, encouraging small business participation. Contractors are required to submit sealed bids by March 24, 2025, with a project completion deadline of 90 calendar days after receiving a notice to proceed. Essential details include performance and payment bonds, an offer guarantee, and specific requirements regarding the bid submission process. The procurement mandates that all work comply with applicable Federal Acquisition Regulation (FAR) clauses and stipulates guidelines for invoicing, including the use of the Wide Area Workflow payment system. The solicitation reflects the government's commitment to transparency, compliance with regulations, and support for small businesses while aiming to ensure quality and efficiency in the construction and alteration of airfield facilities.
Apr 2, 2025, 9:08 PM UTC
The document outlines a federal solicitation for the Airfield Paint and Rubber Removal project at McConnell Air Force Base (AFB). It highlights the requirements for contractors, including timelines, submission of sealed bids, performance bonds, and compliance with various federal regulations. The bid is set for a 100% Small Business Set-Aside, emphasizing the government's commitment to supporting small enterprises. Key timeline dates include a submission deadline for offers by April 7, 2025, with work expected to commence upon contract award and completed within 90 calendar days from the notice to proceed. The project requires specific safety inspections and compliance with construction wage rates and contractor obligations. Overall, the document serves as a formal Invitation for Bid (IFB), detailing the process for contractor engagement while ensuring adherence to industry standards and supporting small business ventures in federal contracting. It emphasizes transparency and accountability in the bidding process and ensures that applicable regulations and laws are followed.
Apr 2, 2025, 9:08 PM UTC
The document outlines an amendment to a federal solicitation and modification of a contract concerning a project at McConnell Air Force Base. It specifies procedures for bidders to acknowledge the amendment, including the necessity to submit their acknowledgment before the established deadline to avoid rejection. Key amendments include the incorporation of responses to questions submitted prior to a specified date, with all inquiries being recorded during a site visit. New attachments are added or superseded, detailing wage determinations and modifications to the scope of work (SOW), emphasizing changes in project specifications. Notably, the amendment includes important documents such as updated SOWs and plans related to paint and rubber removal tasks, ensuring clarity and compliance in the solicitation process. This amendment aims to provide potential contractors with comprehensive information essential for bidding on federal projects, ensuring transparency and adherence to federal requirements.
Apr 2, 2025, 9:08 PM UTC
The document addresses an amendment to a solicitation for federal funding related to paint and rubber removal services, specifically project number FA462125B0001. It extends the deadline for offers and provides guidelines on how bidders must acknowledge receipt of the amendment to ensure their offers remain valid. Contractors must incorporate any changes to their previously submitted offers via specific communication methods before the new deadline. The purpose of this amendment is to update the project's bid schedule to reflect current requirements, ensuring all terms and conditions of the associated contract remain intact. Additionally, it lists administrative details, such as the contacting officer's information and relevant project data, emphasizing compliance with federal regulations. This process illustrates the government's commitment to maintaining transparency and allowing contractors to respond accurately to government procurement procedures.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FY25 Exterior Paint
Buyer not available
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, 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 Dover AFB Installation Facilities Standards. This project is crucial for maintaining the infrastructure and aesthetic integrity of the base, 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 TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
FY 25 Airfield Preventative Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base in Delaware. The project entails comprehensive maintenance tasks, including crack sealing 30,000 linear feet of asphalt pavement, installing joint seals, repairing manhole structures, and reseeding disturbed areas, all aimed at ensuring the airfield's operational integrity. This contract, valued between $250,000 and $500,000, is set aside for small businesses and emphasizes compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit sealed bids by February 6, 2025, and can direct inquiries to Justin Bordalo at justin.bordalo@us.af.mil or 302-677-2185.
Aircraft Painting - Two Piper Warrior Aircraft
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft at Hanscom Air Force Base in Massachusetts. The project requires contractors to follow the detailed Statement of Work, which includes inspection, paint stripping, and repainting using specified materials, while ensuring compliance with FAA regulations. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aerospace assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the anticipated contract type being Firm Fixed Price and a completion timeline of 60 days from aircraft delivery.
RUBBER REMOVAL RUNWAY 13L/13R located at Naval Air Station (NAS) Kingsville, TX and RUNWAY13 ALFORA located at Orange Grove, TX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting bids for a firm fixed-price contract for the rubber removal project on Runway 13L/13R at Naval Air Station (NAS) Kingsville, TX, and Runway 13 Alfora in Orange Grove, TX. The project aims to maintain and enhance the operational capabilities of the runways, which are critical for military aviation operations. This solicitation is set aside for 8(a) certified businesses, with a project magnitude estimated between $500,000 and $1,000,000, and proposals are due by May 2, 2025, at 4 PM local time. Interested contractors should direct inquiries to the primary contact, Kyle Rogers, at kyle.p.rogers2.civ@us.navy.mil, and are encouraged to attend a site visit on April 10, 2025, at 9 AM.
USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)
Buyer not available
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.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails the comprehensive replacement of approximately 27,882 square feet of roofing across six buildings, including the removal of existing roofing materials and structural components, while adhering to strict compliance with federal regulations regarding safety and environmental standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, at 12:00 PM, and are encouraged to contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or Caleb Kirchhoff at caleb.kirchhoff@us.af.mil for further inquiries.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.