Maxwell AFB - Airfield Repairs - Amendment 0005
ID: FA330026R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama, under Solicitation FA330026R0003. The project encompasses various tasks, including pavement pressure washing, markings replacement, sinkhole repair, and PCC pavement repair, with a completion timeline of 120 calendar days following the Notice to Proceed. This initiative is crucial for maintaining the operational integrity and safety of the airfield, ensuring compliance with established standards for airfield markings and repairs. Interested small businesses must submit their proposals by January 9, 2026, at 1:00 PM CST, and can direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil. The estimated project cost ranges between $250,000 and $500,000, with a 100% small business set-aside.

    Point(s) of Contact
    SrA Trevor Wilson
    trevor.wilson.8@us.af.mil
    Files
    Title
    Posted
    This government file outlines the general requirements and procedures for airfield improvements at Maxwell AFB, Alabama (Project Number PNQS 24-4829). The work includes pavement pressure washing, markings replacement (paint and thermoplastic), sinkhole repair, and concrete pavement repair. Key aspects cover a 120-calendar day completion schedule, coordination with Base Operations as the airfield remains active, and adherence to specific working hours (6:00 AM to 5:00 PM, Monday-Friday), with limited exceptions for weekends and holidays. The document details submittal procedures for materials and equipment, health and safety standards (including handling radioactive materials and hazardous chemicals), excavation permits, and environmental protection measures. It also addresses security requirements for contractors, including personnel listings, identification, key control, and reporting threats. The contractor is responsible for site cleanup, traffic control, and maintaining required insurance. All work must comply with various Federal Acquisition Regulations (FAR) clauses, Unified Facilities Criteria (UFC) for airfield marking, and other referenced publications.
    This government file, consisting solely of the repeated acronym "NIC," lacks substantive content for a detailed summary. Given its context within federal government RFPs, federal grants, and state/local RFPs, the file's brevity suggests it might be a placeholder, an accidental blank submission, or an incomplete document. Without additional information or context, it is impossible to ascertain its main topic, purpose, or key ideas. The acronym "NIC" itself could refer to numerous entities or concepts, such as the National Informatics Centre, National Institute of Corrections, or a Not In My County designation, none of which can be confirmed from the provided text. Therefore, the document's essence remains undefined, and its practical utility in its current form is nil.
    The document outlines general requirements for the PNQS 24-4829 Airfield Improvements Project at Maxwell AFB, Alabama. The project involves pavement pressure washing, markings replacement (paint and thermoplastic), sinkhole repair, and concrete pavement repair. Key aspects include a 120-calendar-day completion schedule, coordination with base operations due to active airfield use, and specific working hours. The contractor is responsible for site investigation, compliance with federal regulations (FAR 52.236-3, FAR 52.236-21), and submitting materials for approval. Environmental protection, health standards, excavation permits, traffic control, and facility security are also detailed. The document emphasizes adherence to safety regulations, proper waste disposal, and protection of government property, including strict guidelines for submittals and warranties. It also references UFC 3-260-04 for airfield and heliport marking standards.
    This document, General Decision Number AL20250115, outlines prevailing wage rates for heavy construction projects in Autauga, Elmore, Lowndes, and Montgomery Counties, Alabama, effective January 3, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, specifying applicability based on contract award dates. The document lists wage rates and fringes for various classifications, including Carpenters, Electricians, Laborers, and Operators. It also addresses Executive Order 13706, which mandates paid sick leave for federal contractors. The file provides comprehensive instructions on appealing wage determinations, explaining procedures for survey-related matters, initial decisions, and appeals to the Administrative Review Board. It also defines various rate identifiers (Union, Union Average, Survey, State Adopted) to clarify how wage rates are established and updated.
    The document, consisting solely of the acronym "NIC" repeated twice, lacks substantive content to analyze in the context of government RFPs, federal grants, or state/local RFPs. Without further information or context, it is impossible to determine its main topic, key ideas, supporting details, or purpose. Therefore, a meaningful summary cannot be generated from the provided text. The document itself appears to be either incomplete, a placeholder, or a highly abbreviated reference that requires external information for interpretation.
    The document "Develop America's Airmen Today ... for Tomorrow" appears to be a promotional or foundational statement related to the United States Air Force, emphasizing its core values and mission. Key phrases such as "Combat Heritage…Combat Power!" and "Fly – Fight – Win in Air, Space, and Cyberspace" highlight the Air Force's historical legacy, operational strength, and modern-day domains of engagement. The inclusion of physical descriptors like "Park," "Door," and "844" may indicate specific locations or operational markers within an Air Force facility or event, suggesting a physical presence or informational context related to recruitment, public outreach, or internal operations. Overall, the document serves to encapsulate the essence of the Air Force's purpose: to develop and maintain combat-ready airmen for current and future challenges across various operational environments.
    This document is a construction cost estimate breakdown for airfield improvements at Maxwell Air Force Base, Alabama, with OMB No. 0704-0193. It details various cost categories, including general requirements (mobilization, superintendent) and site work (pavement pressure washing, marking replacements, sinkhole repair). The form includes sections for material, labor, and other direct costs, with provisions for calculating taxes on materials (10%) and insurance and tax on labor (20%). It also accounts for overhead (10%), profit (10%), and bonds (2.5%). However, all cost fields in the provided document are listed as $0.00 or #VALUE!, indicating that this is a blank template or an uncompleted estimate. The document serves as a standardized template for contractors to submit their proposed total contract price for airfield improvement projects, ensuring a comprehensive breakdown of all associated expenses for federal government RFPs.
    The Privacy Act document outlines the requirements for installation access, specifying the collection of personal information such as full name and REAL ID Drivers License/State ID number. This information, including the issuing state and date of birth, is collected under the authority of MAFBI 31-101 for the purpose of verifying clearance to enter designated installations. The routine use of this data is for Entry Controllers to confirm a person's authorization to enter. Disclosure of this information is voluntary, but failure to provide the required details will result in denial of entry. Items marked with an asterisk are mandatory for personnel verification, ensuring compliance with security protocols for federal facilities.
    The document, consisting solely of the repeated acronym "NIC," appears to be either an extremely brief identifier or an incomplete fragment of a larger government file. Given the context of federal government RFPs, federal grants, and state/local RFPs, "NIC" most commonly refers to the National Institute of Corrections or the National Informatics Centre. Without further content, the specific purpose or main topic of this file cannot be definitively determined. It likely serves as a placeholder, a reference, or a header for a document that would elaborate on the activities or initiatives associated with one of these entities, possibly indicating a solicitation, grant application, or a report related to their respective domains.
    This document addresses numerous questions and clarifications regarding an Airfield Improvements project, likely an RFP. Key points include the project's duration set at 120 calendar days from the Notice to Proceed, with flexibility for extensions via contract modification. Personnel requirements confirm that the Superintendent, SSHO, and QC Manager do not need to be separate individuals. The project is tax-exempt for federal purchases in Alabama. Critical details for sinkhole and pavement repairs specify patching existing 54-inch RCP pipes, assuming 3'x3'x1' maximum concrete pavement repairs, and requiring seeding or sod for landscaping restoration. Pressure washing areas are confined to the Northeast ramp, utilizing on-base fire hydrants, and requiring barricades. Markings replacement involves restriping existing markings like-for-like, with thermoplastic hold lines at specific taxiway locations. Various drawing details, geotechnical information, and pipe specifications are mostly unavailable or refer to the provided plans and specifications. Site access requires an airfield driving license, and a laydown area will be provided. Several previous scope items, such as edge grading and certain helipad work, have been removed.
    The General Decision Number AL20250115 outlines prevailing wage rates and labor requirements for heavy construction projects in Autauga, Elmore, Lowndes, and Montgomery Counties, Alabama, effective January 3, 2025. It details minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document also lists specific craft wage rates and fringes, such as Carpenter ($18.72), Electrician ($19.56), and various Laborer and Operator classifications, noting that some may be entitled to higher Executive Order minimums. It further explains Executive Order 13706, which mandates paid sick leave for federal contractors. The file provides guidance on adding unlisted job classifications and details the wage determination appeals process, including contacts for initial decisions and review requests.
    The document outlines general requirements and procedures for airfield improvements at Maxwell AFB, Alabama (Project Number PNQS 24-4829). Key work includes pavement pressure washing, markings replacement (paint and thermoplastic), sinkhole repair, and concrete pavement repair. The project has a 120-calendar-day completion timeline, with work to be performed during normal hours (6:00 A.M. to 5:00 P.M.) and coordination with Base Operations personnel. Contractors must submit a work schedule and cannot start without an initial schedule. The document details extensive requirements for material submittals (AF Form 3000), adherence to contract drawings and specifications, disposal of removed materials, and compliance with environmental protection, health standards (including radioactive materials and hazardous materials), and safety regulations (excavation, GFCI use, fire regulations). Security requirements, including employee listings, identification, key control, and reporting threats, are also specified. Contractors are responsible for site cleanup, traffic control, property protection, and maintaining insurance. All work is subject to a minimum one-year warranty. Submittal procedures (AF Form 66) are critical, differentiating between items requiring Contracting Officer approval and those for information only, with strict guidelines for scheduling and compliance.
    The document details sinkhole and PCC (Portland Cement Concrete) pavement repair locations, likely for a federal or state infrastructure project. It provides precise geographical coordinates (latitude and longitude) for ten sinkhole repair sites, identifying them as
    This document outlines the standard specifications for sinkhole repair at Maxwell AFB, AL. The contractor is responsible for identifying the sinkhole's source and repairing it according to Sheet D1 details. All materials must be approved, with excavated materials potentially reused for backfill. Contractors can use their own equipment but require an airfield waiver from the base planning office before starting work. Measurement will align with contract documents, emphasizing adherence to specified repair methods and material approvals.
    The document is a master sign-in sheet for a site visit related to the PNQS 24-4829 Airfield Improvements project. It lists various companies and their representatives who attended the visit, including contact information such as phone numbers and email addresses. The attendees represent a range of contractors and service groups, indicating interest from multiple entities in participating in or bidding on the airfield improvement project. The purpose of the document is to record the participants of the site visit, which is a common practice in government RFPs to ensure all potential bidders have the opportunity to understand the project scope and ask questions.
    The document "Develop America's Airmen Today ... for Tomorrow" appears to be a promotional or foundational statement related to the United States Air Force, emphasizing its core values, mission, and heritage. Key phrases like "Combat Heritage…Combat Power!" and "Fly – Fight – Win in Air, Space, and Cyberspace" highlight the military's combat readiness, historical legacy, and operational domains. The inclusion of terms like "Park," "Door," and a numerical value "844" are likely extraneous details or possibly unrelated identifiers within a larger document, as they do not directly contribute to the thematic content of airmen development or combat power. The overarching purpose of such a document, in the context of government files, RFPs, or grants, would be to articulate the strategic vision and operational ethos of a military branch, potentially as part of a recruitment drive, a budget justification, or an introductory statement for training and development programs.
    The government solicitation, FA330026R0003, is a Request for Proposal (RFP) issued by FA3300 42 CONS CC for "Maxwell AFB Airfield Improvements." The project, located at Maxwell AFB, Alabama, has a NAICS code of 237110 with a small business size standard of $45,000,000.00 annual receipts and is set aside 100% for small businesses. Offers are due by 01:00 PM local time on December 10, 2025. The contractor must commence work within 10 calendar days of receiving a notice to proceed and complete it within 10 calendar days. Liquidated damages for delay are set at $834.00 per calendar day. The contract incorporates various FAR and DFARS clauses by reference and full text, including requirements for electronic payment submission via Wide Area WorkFlow (WAWF) and adherence to Buy American provisions for construction materials. Contractor certification is required for progress payments, which are subject to retainage if satisfactory progress is not achieved. The contract also mandates post-award small business program rerepresentation and compliance with several other federal regulations concerning labor, ethics, and supply chain security.
    This government solicitation, FA330026R00030001, issued on November 24, 2025, by FA3300 42 CONS CC for Maxwell AFB, Alabama, seeks proposals for "Maxwell AFB Airfield Improvements." The project, managed by Trevor Wilson, is a 100% small business set-aside with an estimated value between $250,000 and $500,000. It involves construction, alteration, or repair work under NAICS code 237110. Key requirements include commencing work within 10 calendar days of receiving notice to proceed and completing it within 10 calendar days, with liquidated damages of $834.00 per day for delays. The proposal due date is December 19, 2025, at 01:00 PM local time. The contract incorporates various FAR and DFARS clauses, including those related to the Buy American Act and electronic payment via Wide Area WorkFlow (WAWF). Attachments include specifications, drawings, wage determinations (Davis-Bacon Act), and site visit information.
    The document is a Request for Proposal (RFP) for the Maxwell AFB Airfield Improvements project, identified by Solicitation Number FA330026R00030003. Issued on November 24, 2025, by FA3300 42 CONS CC, Maxwell AFB, AL, this RFP seeks contractors for airfield enhancements, including general airfield improvements, markings replacement, thermoplastic markings replacement, sinkhole repair (locations 1-10), and PCC pavement repair. The estimated project cost is between $250,000.00 and $500,000.00, with a 100% small business set-aside. Offers are due by January 9, 2026, at 01:00 PM local time. The contractor must commence work within 10 calendar days of receiving a notice to proceed and complete it within 120 calendar days. Key clauses include those for Buy American Act compliance, progress payments, and a liquidated damages clause of $834.00 per day for delays.
    This amendment (FA330026R00030002) modifies solicitation FA330026R0003, extending the proposal due date from December 19, 2025, to January 9, 2026, both by 1300 CST. It also extends the deadline for submitting questions from December 16, 2025, to January 6, 2026, by 1300 CST. Additionally, the period of performance has been revised from 10 to 120 calendar days after the Notice to Proceed receipt. All other terms and conditions of the original solicitation remain unchanged.
    This amendment (FA330026R00030003) modifies solicitation FA330026R0003, issued by FA3300 42 CONS CC at Maxwell AFB, AL, with an effective date of December 22, 2025. The purpose of the amendment is to update the schedule of bid items for airfield improvements, including pavement pressure washing, markings replacement, thermoplastic markings replacement, sinkhole repair (locations 1-10 only), and PCC pavement repair. Additionally, several attachments are added to provide further specifications and drawings for these tasks, such as "Standard Specifications for Pressure Cleaning Concrete Pavement," "Sinkhole Repair," "UFC 3-260-04 Airfield and Heliport Marking," and "PNQS 24-4829 Drawings V2." The period of performance for the initial line item (0001) has been extended from December 24, 2025, to January 6, 2026, to January 16, 2026, to June 5, 2026, and new line items (0002-0005) also share this updated performance period. This amendment clarifies and expands the scope of work for the airfield improvement project.
    The Standard Specifications for Pressure Cleaning Concrete Pavement at Maxwell AFB, AL, outlines requirements for cleaning concrete surfaces by removing various discolorations and contaminants. The primary objective is to restore the concrete's original color without causing structural damage. Approved cleaning methods include pressure water blasting, manual brushing, and automatic brushing, with specific equipment requirements such as nozzle pressures between 3,000 and 5,000 psi. The process involves repeated cleaning if discoloration persists, followed by thorough drying. The contractor must use fresh potable water and dispose of waste safely. Measurement for payment will be a single lump sum for all exposed concrete surfaces.
    UFC 3-260-04, published May 16, 2018, establishes unified criteria for airfield and heliport marking across all Department of Defense (DoD) activities. This document consolidates previous disparate standards from the Air Force, Army, and Navy to ensure uniformity in visual guidance aids on DoD airfields worldwide. It outlines standard dimensions, colors, retro-reflectivity requirements, layout, placement, and orientation for markings on paved surfaces of runways, taxiways, helipads, and landing lanes for both fixed and rotary-wing aircraft. The criteria also address marking hazards to air navigation and apply to DoD-owned and controlled facilities, with provisions for joint-use facilities and overseas operations adhering to NATO, ICAO, or FAA standards as dictated by agreements. The UFC details specific marking schemes for Visual Flight Rule (VFR), non-precision instrument, and precision instrument runways, as well as unique markings for Unmanned Aircraft System (UAS) runways. It also covers materials, application rates, color specifications (e.g., retro-reflective white for runways, yellow for taxiways), and procedures for waivers and the obliteration of extraneous markings. The document aims to enhance safety and operational clarity by standardizing airfield pavement markings.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 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.
    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.
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for a project titled "Rubber Removal and Airfield Markings" at Dyess Air Force Base in Texas. The objective is to remove rubber accumulation from two runways and repaint the airfield markings according to provided specifications, with the project valued between $100,000 and $250,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with environmental standards and safety protocols during the execution of the work. Interested vendors must submit a capability statement and a technical approach document by January 7, 2026, at 12:00 P.M. (CST), with all offers directed to Lt. Anthony Parra at anthony.parra.2@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    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.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires contractors to provide all necessary labor, materials, and equipment to complete the demolition in accordance with UFC specifications, including utility disconnections, site restoration, and hazardous material management. This procurement is significant as it involves compliance with environmental regulations and safety standards, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their proposals by December 29, 2025, at 2:00 PM MST, and can direct inquiries to Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    Repair Fire Hydrants
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to repair fire hydrants at Charleston Air Force Base in South Carolina. The project entails the removal of old hydrants and the installation of new American Darling fire hydrants, including necessary components such as isolation valves and thrust blocks, while adhering to environmental and safety regulations. This procurement is crucial for maintaining the operational readiness of the fire protection infrastructure at the base, with a contract value estimated between $250,000 and $500,000. Interested small businesses must submit their bids by January 30, 2026, with all inquiries directed to SSgt Braulio Ramirez Galvan at braulio.ramirezgalvan@us.af.mil or SrA Tariq Ellis at tariq.ellis@us.af.mil.