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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.

    Files
    Title
    Posted
    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.
    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.
    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 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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.
    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.
    Outdoor Track Cleaning/Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for outdoor track cleaning and maintenance services at Laughlin Air Force Base in Texas. The contractor will be responsible for routine cleaning, deep cleaning upon request, and minor repairs to the outdoor rubberized track, with a maximum of 2,500 square feet of repairs allowed per year. This procurement is crucial for maintaining the operational integrity and safety of the facility, ensuring it remains in optimal condition for use. Interested small businesses must submit their bids via email by February 14, 2025, and can direct any inquiries to Malik Mumpfield or Alejandro Alvarado at the provided contact information.
    Asbestos, Carpet, and Furniture removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract involving the removal of asbestos, carpet, and furniture at Beale Air Force Base in California. The project entails the removal of existing carpet, installation of new carpet, relocation and storage of furniture, and abatement of asbestos-containing materials in designated areas, all while adhering to federal, state, and local safety standards. This procurement is crucial for maintaining a safe and updated facility environment, ensuring compliance with health regulations, and enhancing operational efficiency. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 25, 2025, with work expected to commence between February 19 and May 31, 2025. For further inquiries, vendors can contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil.
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days after receiving the notice to proceed, following a pre-bid conference scheduled for February 25, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy flooring must withstand significant wear from heavy vehicles and chemicals, adhering to specific quality and safety regulations. Interested small businesses must submit their bids by March 18, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ Synopsis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for a Base-Wide Painting and CRU Flooring Indefinite Delivery Indefinite Quantity (IDIQ) contract at Davis-Monthan Air Force Base in Tucson, Arizona. The contract encompasses a range of services including mobilization, surface preparation, painting, and pavement markings, with a focus on both interior and exterior coatings, particularly for airfield operations. This initiative is crucial for maintaining the operational infrastructure of military facilities while ensuring compliance with federal regulations and quality standards. Interested contractors should contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Jeffrey Dreyer at jeffrey.dreyer@us.af.mil for further details, as the contract spans from May 14, 2025, to May 13, 2030, with an option for two additional years.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    W912DW25R0017 Aircraft Paint Shop
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Aircraft Paint Shop project under presolicitation notice W912DW25R0017. This procurement aims to construct a facility that will support the maintenance and painting of aircraft, which is critical for ensuring the operational readiness and longevity of military assets. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is designated as an 8(a) set-aside, encouraging participation from small disadvantaged businesses. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or by phone at 425-923-8716, or contact Susan Newby at susan.f.newby@usace.army.mil or 206-764-6754 for further details.
    PKB - Aircraft Corrosion Control Services - Travis AFB, CA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Aircraft Corrosion Control Services at Travis Air Force Base, California. The primary objective is to maintain aircraft integrity through comprehensive washing and corrosion prevention operations for various aircraft models, including the C-5, C-17, KC-46, and C-130. This procurement is crucial for ensuring the operational readiness and safety of military aircraft, emphasizing compliance with stringent federal, state, and local regulations. Interested vendors must submit their proposals, including a Past Performance Questionnaire, by February 26, 2025, with a total contract value of up to $40 million and a focus on small business participation. For further inquiries, contact William Rife at william.rife.1@us.af.mil.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.