N6945025RSC07- PPI Amendment #2 Rubber Removal- ALFWAL RUBBER REMOVAL & REPAINT RUNWAYS, (18/36 & 13/31) WALDRON OUTLYING AIRFIELD, CORPUS CHRISTI
ID: N6945025RSC07Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking contractors for the rubber removal and repainting of runways at Waldron Outlying Airfield in Corpus Christi, Texas. This procurement involves the removal and repainting of specific edge lines and runway designation markers, with particular attention to the intersections of runway 13/31, as clarified in recent communications. The project is critical for maintaining airfield safety and operational efficiency. Interested contractors should note that the proposal submission deadline has been extended to August 28, 2025, and must acknowledge receipt of the amendment to avoid rejection of their offers. For further inquiries, contractors can reach out to NAVFAC representatives as detailed in the solicitation documents.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The email exchange concerns clarifications for RFP N6945025RSC07, focusing on rubber removal and repainting of runways at Waldron Outlying Airfield, Corpus Christi. Adan Saenz of NAVFAC SE PWD Corpus Christi requested urgent clarification from John Suttle regarding the scope of work. Key points of clarification include whether edge lines for runway 13/31 need to be removed and repainted in their entirety, and if all runway designation markers are to be removed and remarked. John Suttle's response clarifies that only the 13/31 edge lines in the intersections require removal and repainting, and all runway designation markers are to be removed and replaced. The correspondence emphasizes the time-sensitive nature of these clarifications for the solicitation timeline.
    The document outlines the project related to runway maintenance at the ALFWAL Corpus Christi, TX facility, focusing on rubber buildup removal on designated runways. It includes various attachments: project location visuals, site photos showing rubber buildup on Runway 13, and detailed images of the runway's general removal areas and demarcations on Runways 36, 31, and 13/18. A waste management tracking log is provided, detailing contractor information, disposal methods, recycled materials, and associated costs. The log highlights the project's emphasis on sustainability through recycling efforts during material disposal. This document serves as part of a federal RFP, aiming to ensure compliance with regulatory standards in runway maintenance and environmental responsibility during operations.
    The document outlines the procedures and requirements for guest sponsorship requests at Naval Air Station Corpus Christi (NASCC). It specifies that sponsors must record their details, including affiliation, contact information, and guest information, such as names, Social Security numbers, and event specifics. A critical aspect highlighted is the sponsor's responsibility for their guests' actions while on the base, emphasizing the need for guests to adhere to installation policies and regulations. The guest sponsorship request processing time is three working days, and sponsors are warned that privileges can be revoked if policies are violated. The document also includes privacy compliance measures under the Privacy Act, noting the voluntary nature of the information disclosure but cautioning that failure to provide necessary details may hinder the request's processing. The primary purpose serves to regulate access to Department of Defense facilities, ensuring trustworthiness in individuals requesting entry. This process aligns with broader federal objectives for security and compliance within government operations.
    The document outlines the Pre-Proposal Inquiries Log for the federal solicitation N69450-25-R-SC07, related to a project at 8851 Oceander Building 19, NAS Corpus Christi. The log is intended for capturing contractor inquiries regarding the Request for Proposal (RFP) and government responses, reflecting the communication process prior to the proposal submission. A site visit is scheduled for August 1, 2025, to provide contractors with an opportunity to assess the project location and clarify project specifications. The log features a structured format but does not contain specific questions or responses, emphasizing the need for transparency and dialogue throughout the proposal phase. The FAR (Federal Acquisition Regulation) references indicate the project's adherence to established federal guidelines for contractor selection. Overall, this document serves as a critical tool for ensuring clarity and support for potential bidders, ultimately contributing to the competitive bidding process while upholding regulatory compliance within federal contracting.
    This document, Amendment/Modification N6945025RSC070002 to Solicitation N6945025RSC07, modifies a federal government solicitation. It extends the proposal submission date to August 28, 2025, and adds two attachments: "PPI INQUIRY #2 with Pic" and "Site Visit Sign in Log" to Section 00 73 00 - Supplementary Conditions. This amendment outlines procedures for offerors to acknowledge receipt, emphasizing that failure to do so by the specified deadline may result in rejection of their offer. It also details how changes to already submitted offers can be made. The document serves as an official update to the original solicitation, ensuring all potential contractors are aware of the revised deadline and additional information for the requirement.
    This document outlines a federal Request for Proposal (RFP) for a construction project involving the removal of built-up rubber and repainting runway markings at Waldron Outlying Airfield in Corpus Christi, Texas. The contractor is tasked with providing all necessary supervision, labor, materials, and equipment to complete the project, with a budget ranging between $250,000 and $500,000. The proposal submission is scheduled for August 22, 2025, with a mandatory site visit on August 1, 2025, requiring prior access coordination for contractors. Key provisions dictate contractor responsibilities, including adherence to federal regulations, timely project initiation and completion, and compliance with wage determinations and safety standards. A performance bond may also be required. The solicitation indicates that only certified contractors, particularly those qualified under the Small Business Administration's 8(a) program, will be considered, emphasizing the government's focus on promoting small business engagement in federal contracting. Overall, the document serves to inform prospective contractors of the project requirements and bidding process, ensuring clarity and compliance within the parameters of federal contracting regulations.
    The Statement of Work outlines a project for the removal of built-up rubber and repainting of runway markings on runways 18/36 and 13/31 at Waldron Outlying Airfield in Corpus Christi, Texas. The contractor is responsible for all supervision, labor, materials, equipment, and adherence to safety and environmental regulations. The project duration is set to 45 calendar days, including equipment lead times. The specifications detail access protocols to the airfield, operational scheduling to minimize runway downtime, and strict guidelines on rubber and paint removal processes, emphasizing the use of high-pressure water blasting while prohibiting sandblasting. Additionally, a comprehensive waste disposal plan must be prepared, ensuring the management of both hazardous and non-hazardous waste. The contractor is required to comply with environmental laws and is responsible for documenting and managing built-up rubber removal from approximately 100,000 square feet of runway area, alongside repainting tasks. The document highlights the significance of following these lead protocols and regulatory compliance to ensure aviation safety and mitigate environmental impact. Overall, the Statement of Work reflects the US Government's commitment to maintaining airfield safety and environmental stewardship through detailed guidelines for contractors.
    The document is primarily focused on the procedures and requirements regarding federal and state funding applications, specifically RFPs (Request for Proposals) and grants. It outlines the vital steps necessary for organizations to effectively navigate the funding landscape, including eligibility criteria, application processes, and expectations for project use of funds. Key points include the significance of adhering to guidelines, the importance of clearly defining project objectives, and the need for detailed budgeting in proposals. It emphasizes strategic planning, stakeholder engagement, and compliance with federal regulations, portraying them as essential components for successful funding acquisition. Additionally, the document discusses the necessity of maintaining transparency and accountability in the use of granted funds, as well as the evaluation processes that potential grantees should expect. Overall, the content serves as a framework for organizations to understand the essential elements of securing funding, reinforcing best practices and compliance standards vital in the application process.
    Similar Opportunities
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and surrounding areas in Texas. The procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at these naval installations. This opportunity is set aside for 8(a) competitors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can reach out to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or call 904-860-5758 for further details regarding the solicitation process.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    FY26 Harlingen Placement Area (PA)13 and 10 Improvements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Galveston District, is seeking information from industry regarding the FY26 Harlingen Placement Area (PA)13 and 10 Improvements project. This sources sought announcement aims to gather insights on the capabilities and qualifications of potential contractors for construction work that includes raising a channel, installing inlet structures, and performing shoreline protection, with an estimated construction price range between $1,000,000 and $5,000,000. The project is critical for maintaining dredging facilities and ensuring compliance with safety and health regulations, with a performance period of 190 calendar days after the Notice to Proceed. Interested firms must respond by December 17, 2026, and can direct inquiries to Wes Baskovic at wesley.n.baskovic@usace.army.mil or Curtis Cole Jr. at curtis.cole@usace.army.mil.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    PT Track & Field Replacement for White Sands Missile Range, Doña Ana County, New Mexico
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) – Albuquerque District, is seeking qualified contractors for the replacement of the PT Track & Field at White Sands Missile Range in Doña Ana County, New Mexico. The project involves replacing the existing grass field with high-quality artificial turf, installing an integrated drainage system, and updating lighting and track facilities, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for enhancing recreational facilities on military installations, ensuring they meet modern standards and safety requirements. Interested firms must respond to this Sources Sought notice by December 11, 2025, and can contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil for further details.
    Wastewater & Water Treatment Plant Chemicals
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southeast, is seeking contractors to provide chemicals for operational support at the domestic wastewater treatment plant and potable drinking water treatment facility located at Naval Air Station Corpus Christi, Texas. This procurement aims to ensure the effective treatment and management of wastewater and drinking water, which are critical for maintaining operational readiness and environmental compliance at the facility. Interested vendors can reach out to Kimberly Drymala at kimberly.y.drymala.civ@us.army.mil or by phone at 361-961-5219, or to LCDR Dylan Bush at dylan.l.bush.mil@us.navy.mil or 361-961-2156 for further details regarding the contract requirements and submission process.