Maxwell AFB - Airfield Repairs
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 repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.

    Point(s) of Contact
    SrA Trevor Wilson
    trevor.wilson.8@us.af.mil
    Files
    Title
    Posted
    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.
    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 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 "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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    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.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    Maxwell Redundant Secondary Crash Notification System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a contract to acquire a redundant Secondary Crash Notification System at Maxwell Air Force Base in Alabama. This system is critical for ensuring first responder readiness during airfield emergencies and must comply with specific Air Force and FAA regulations, including features such as multiline call recording, selective calling, and independent network functionality. Interested vendors are invited to submit information regarding their capabilities and products that meet the requirements outlined in the attached Statement of Requirements, with responses due by 1:00 P.M. CST on December 1, 2025. For further inquiries, interested parties may contact SrA Cole Tustin at cole.tustin@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil.
    Gunter Bowling Walk In Freezer Condenser and Evaporator Removal and Replacement
    Buyer not available
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking information from industry regarding the removal and replacement of a malfunctioning walk-in freezer condenser and evaporator at Gunter Lanes, Maxwell-Gunter AFB, Alabama. The procurement aims to identify capable contractors who can provide labor, materials, and equipment to fulfill the requirements outlined in the draft Statement of Work, which includes the installation of new energy-efficient units that comply with federal, state, and local regulations. This project is critical for maintaining operational efficiency and compliance with environmental standards, ensuring the freezer meets existing cooling requirements. Interested parties must submit their responses, including company information and documentation of capabilities, via email by 12:00 P.M. Central Standard Time on December 8, 2025, to Mr. Sean Johnson and Mr. William Griffiths at the provided email addresses.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.