Sandblasting and Painting Services
ID: F3T2EM5083AQ01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sandblasting and painting services for vehicles and Aerospace Ground Equipment (AGE) at Seymour Johnson Air Force Base in North Carolina. The procurement aims to ensure high-quality maintenance and repainting services, requiring the contractor to supply all necessary labor, tools, and materials while adhering to safety regulations and OEM standards. This opportunity is particularly important for maintaining operational readiness and compliance with government specifications for vehicle and equipment management. Interested parties should direct inquiries to Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, with the understanding that this is a Sources Sought notice for planning and market research purposes only, and not a request for quotes.

    Files
    Title
    Posted
    The provided document details specifications for various vehicles, primarily used in government operations and maintenance. It categorizes the vehicles into several types, including buses, trucks, and specialized cargo and maintenance vehicles, indicating their makes and models. The inventory lists a significant number of Blue Bird All American buses and Ford trucks (such as the F150 and F450), underscoring the preferred brands for government fleets. Additionally, the document includes details on specialized vehicle types like dump trucks, maintenance trucks, utility trucks, and various support equipment for air and ground operations. The second part of the document outlines equipment used for aircraft ground handling, providing counts at two military bases. The equipment includes air compressors, hydraulic test stands, generators, and other maintenance tools essential for operational readiness. The detailed specifications include dimensions and weights, emphasizing the physical requirements for handling and storage on-site. This inventory is crucial for maintaining operational capabilities in military and governmental contexts, ensuring compliance with specifications for equipment procurement and management as part of broader RFP and grant initiatives. Overall, the document serves as a comprehensive reference for vehicle and equipment inventory management in government operations.
    The Performance Work Statement (PWS) outlines the requirements for sandblasting and painting services for large vehicles and aerospace ground equipment (AGE) at Seymour Johnson Air Force Base. The Service Provider (SP) must provide all necessary labor, tools, and materials for both off-site and on-site work. Key tasks include surface preparation, corrosion control, and compliance with OEM standards. The SP is responsible for handling equipment safely, ensuring quality workmanship with a one-year warranty on services, and adhering to all safety regulations. The document specifies work hours, materials to be used, and obligations related to equipment handling and delivery. It also references applicable Technical Orders (T.O.) for standards and specifications. The SP is required to track Government Furnished Property (GFP) and document repairs accurately. Timely communication with the Government and a set schedule for service completion are emphasized to maintain efficiency. Performance metrics include quality thresholds for repairs and documentation, with clear distinctions between satisfactory and excellent service ratings. Overall, this PWS aims to ensure high-quality maintenance and repainting services while safeguarding safety and environmental standards.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    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.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.
    Metals Tech Gases
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a contract to supply various industrial gases at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The requirement includes the provision of 300 cubic feet of Argon gas, 300 cubic feet of a 75%/25% Argon/Carbon Dioxide mixture, 200 cubic feet of Oxygen gas, and 225 cubic feet of Acetylene gas, as outlined under NAICS Code 325120 for Industrial Gas Manufacturing. This procurement is critical for supporting the operations of four EMS Metals Tech facilities, ensuring compliance with safety and regulatory standards for handling government-owned cylinders, as detailed in the attached draft Statement of Work. Interested parties are encouraged to submit a capabilities package demonstrating their qualifications and business status by contacting Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnins.thompson@us.af.mil, with all submissions due by the specified deadline.
    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.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Aircraft Paints, Primers, and Coatings
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for aircraft paints, primers, and coatings under solicitation number 70Z03826QE0000001. The procurement aims to secure various high-durability epoxy primers and polyurethane topcoats essential for protecting aircraft in maritime environments, with specific requirements for color, gloss, and compliance with military specifications. Interested vendors must provide qualified products, including color coupons for specific shades, and ensure delivery within 30 days, with a contract structure comprising a one-year base period and four one-year option periods. Quotations are due by December 24, 2025, and inquiries should be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
    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.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.