FY26 Airfield Striping & Rubber Removal
ID: FA449726R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)
Timeline
    Description

    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.

    Point(s) of Contact
    SSgt Mariah Thompson
    mariah.thompson@us.af.mil
    Mr. Dimas Bernacchia
    dimas.bernacchia.2@us.af.mil
    Files
    Title
    Posted
    The provided file is not a government document or RFP, but rather a technical note indicating that the PDF portfolio should be opened with Acrobat X or Adobe Reader X or later for the best experience. It also provides a link to get Adobe Reader. Therefore, it does not contain information relevant to federal government RFPs, federal grants, or state and local RFPs, and cannot be summarized as such.
    The provided document outlines instructions for completing a Construction Cost Estimate using a 50 Divisions Cost Estimate CSI Format tool for the FY25 Airfield Striping & Rubber Removal project at Dover Air Force Base, DE. Contractors must use prefilled division sheets, including missing items and filling in unlisted divisions. Disagreements with prefilled elements should be handled by leaving them blank and adding suggestions. The summary page includes fields for overhead and profit percentages for prime and subcontractors, which self-populate. Exceptions apply if subcontractors have different rates or if the prime self-performs. Contractors must complete areas marked 'Fill Here' on the summary tab, while other information auto-populates from individual division tabs. Divisions 1, 2, and 3 offer sample inputs.
    General Decision Number DE20250004, effective January 3, 2025, outlines prevailing wage rates for highway construction projects in Kent County, Delaware. This document, relevant for federal government RFPs and grants, details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It includes specific wage and fringe benefit rates for various occupations like power equipment operators, laborers, carpenters, electricians, and truck drivers. Additionally, it addresses compliance for unlisted classifications, provides information on paid sick leave for federal contractors under Executive Order 13706, and details the wage determination appeals process through the Department of Labor. The document serves as a critical reference for contractors to ensure adherence to federal labor standards in Delaware.
    This government Request for Proposal (RFP) FA449726R0004 outlines a Firm Fixed Price (FFP) contract for FY26 Airfield Striping & Rubber Removal at Dover Air Force Base, DE. The project, a 100% Small Business set-aside with NAICS Code 237310 ($45,000,000 size standard) and a magnitude of $250,000 to $500,000, requires the contractor to provide all necessary labor, materials, equipment, and tools. The performance period is 365 calendar days from notice to proceed, with work commencing within 10 days of notification. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026. Key clauses include those for Buy American Act compliance, progress payments, and a liquidated damages rate of $669.19 per calendar day for delays. Electronic submission of payment requests via Wide Area WorkFlow (WAWF) is mandatory, and the contract encourages Value Engineering Change Proposals (VECPs) with a 45% contractor share of instant contract savings for fixed-price contracts.
    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.
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    Maxwell AFB - Airfield Repairs - Amendment 0005
    Dept Of Defense
    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.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    Roofing Repair, and Replacement Follow-on (R3F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Roofing Repair and Replacement Follow-On (R3F) project, which involves commercial roof replacement, repair, and inspection services at various installations across the Continental United States and Alaska. The procurement aims to address a range of roofing needs, including low-slope, steep slope, and metal roofs, while also encompassing associated components such as thermal insulation and drainage systems, with incidental construction activities allowed under certain conditions. This opportunity is significant for maintaining the integrity of military facilities and ensuring compliance with safety and regulatory standards. The contract, valued at up to $450 million, is a 100% Small Business Set-Aside with an 8(a) reserve for projects under $250,000, and the formal solicitation is expected to be posted on SAM.gov around January 17, 2026, with proposals due by February 14, 2026. Interested parties can contact Neil E. Amrstrong at neil.armstrong.1@us.af.mil or Tier Blanco at tier.blanco@us.af.mil for further information.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    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.