FY 25 Airfield Preventative Maintenance
ID: FA449725R0012Type: 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

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)

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 soliciting proposals for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base in Delaware. The project entails comprehensive maintenance tasks, including crack sealing 30,000 linear feet of asphalt pavement, installing preformed elastomeric joint seals, repairing manhole structures, and re-seeding disturbed areas, all aimed at ensuring the airfield's operational integrity. This contract, valued between $250,000 and $500,000, is set aside for small businesses and has a performance period of 365 days, with proposals due by April 22, 2025. Interested contractors can reach out to Justin Bordalo at justin.bordalo@us.af.mil or Dimas Bernacchia at dimas.bernacchia.2@us.af.mil for further details.

    Files
    Title
    Posted
    The document outlines the process for estimating construction costs for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base, administered by the 436th Civil Engineering company. It utilizes the Construction Specifications Institute (CSI) format, allowing contractors to complete a detailed 50 Divisions Cost Estimate. Contractors are instructed to refer to prefilled division sheets, where they can add missing items and propose adjustments as necessary without deleting existing elements. The cost estimate details various divisions, including General Requirements and Exterior Improvements, with placeholders for quantities, labor, and materials. Essential areas, including overhead and profit percentages for the general contractor and subcontractors, must be filled in, and adjustments are necessary when subcontractor rates or self-performed work are involved. The document emphasizes clarity and accuracy in estimated costs, stating that the spreadsheet includes formulas for automatic calculations and encourages users to save their version to prevent loss of data. The overall purpose is to facilitate accurate budgeting and planning for the construction project, ensuring compliance with federal guidelines for government proposals.
    The Dover Air Force Base Antiterrorism Office has issued a pamphlet aimed at contractors, outlining their responsibilities in maintaining security and vigilance amidst the Global War on Terrorism. Contractors are positioned as critical observers, tasked with reporting any suspicious activities or behaviors on base. The pamphlet emphasizes the importance of awareness, encouraging individuals to recognize anomalies in their surroundings and report specific signs of potential terrorism, such as unauthorized surveillance, security tests, and suspicious persons or vehicles. Defining terrorism as the calculated use of violence to instill fear for political or ideological goals, the document outlines various types of victims based on circumstances. Emergency contact information is provided for reporting suspicious activities, emphasizing clear communication and cooperation with security forces. The pamphlet also describes the Force Protection Conditions (FPCON) framework, detailing different security postures ranging from Normal (routine security) to Delta (high security), explaining the necessary measures associated with each level. The overarching aim of the document is to foster a proactive security culture within the contractor community at Dover Air Force Base, ultimately enhancing overall base safety and readiness against potential threats.
    The Antiterrorism Guide for Contractors from the Department of the Air Force outlines critical security measures contractors must follow at Dover Air Force Base (DAFB). It stresses the importance of antiterrorism (AT) training for personnel, directing contractors to complete Level I AT training through designated online platforms. Moreover, it encourages vigilance and proactive reporting of suspicious activities using a "See Something, Say Something" approach, providing a list of appropriate contacts for reporting both on and off the base. The guide details types of suspicious behavior to monitor, such as surveillance, elicitation of sensitive information, and unusual activities by individuals. Contractors are also informed about the implications of Force Protection Conditions (FPCON), which may affect service levels based on threat levels, underscoring the need for continuous monitoring and immediate response. Ultimately, the guide aims to ensure the safety of personnel and facilities by clarifying responsibilities and procedures for contractors operating within the DAFB environment.
    This document represents the General Decision Number DE20250004, issued on January 3, 2025, related to highway construction projects in Kent County, Delaware. It outlines wage rates for various labor classifications under the Davis-Bacon Act, confirming compliance with Executive Orders 14026 and 13658 regarding minimum wage requirements for federal contracts. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30 per hour. The document details hourly wage rates and fringe benefits for several positions, including power equipment operators, laborers, carpenters, and electricians, among others. Additionally, it establishes the appeals process for wage determination disputes, which can involve initial decisions, requests for review, and potential appeals to the Administrative Review Board. The emphasis on worker protections, including provisions for paid sick leave under Executive Order 13706, underscores the government’s commitment to fair labor practices in federally funded construction projects.
    The Dover AFB OPSEC Awareness Guide for Contractors outlines essential security measures for safeguarding sensitive information and promoting operational security within government contracts. It emphasizes the importance of reporting suspicious behavior and protecting Personal Identifiable Information (PII) in compliance with the Privacy Act. Key directives include restricting access to sensitive data regarding aircraft, personnel, logistics, and resources, and ensuring secure communication through encrypted emails and password-protected documents. The guide mandates stringent practices such as a 100% shredding policy for sensitive material and limiting information disclosure to authorized personnel only. Furthermore, it advises against discussing mission-related details publicly, including on social media, and advocates for secure transmission of physical infrastructure information. This guide is vital for enhancing security protocols in federal and state/local projects, ensuring that contractors adequately protect classified and sensitive information throughout their operations.
    The document addresses a federal RFP concerning airfield preventative maintenance, specifically focused on crack sealing and related asphalt work. It clarifies that the crack fill pertains to airfield structures, including runways and taxiways, emphasizing the use of hot-applied joint sealant as per ASTM D 3405 standards. It confirms the presence of a base for new asphalt paving and mentions that some project details are in the bid schedule, which includes tasks like the full-depth removal of existing asphalt to replace it with new bituminous concrete pavement. Additionally, it specifies that the caulking or joint sealing material in question is a preformed elastomeric joint seal used for sealing cracks between concrete slabs. The responses convey essential project requirements and materials, highlighting the technical aspects relevant to contractors involved in airfield maintenance and safety compliance under the RFP framework.
    The document outlines a series of questions and answers regarding a construction repair project related to manhole structures and asphalt pavement. It specifies the scope of work, including the repair of concrete spalls, crack sealing, installation of joint seals, and necessary excavation. The project is characterized by concrete manholes rated for aircraft loads, indicating rigorous operational standards. There is clarification that no line striping is required, and corresponding adjustments to submission requirements have been made to remove unnecessary references to materials safety data sheets. Furthermore, it confirms that a Bid Schedule is mandatory for proposals, and sealed offers must be submitted via email due to a previously unspecified location in the solicitation. Additionally, post-award bonding proof is not required until after the contract is awarded. This document serves to provide essential guidance for contractors regarding requirements and procedures for participating in the repair project, aligning with standard practices in federal RFPs and grants.
    The document outlines a Request for Proposal (RFP) for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base. It is a small business set-aside solicitation, with a budget estimated between $250,000 and $500,000. The contract requires bidders to undertake a range of maintenance tasks, including crack sealing of asphalt, installing joint seals, and paving with FAA Mix. Interested contractors must submit sealed bids by February 6, 2025, with a performance duration of 365 calendar days. The solicitation specifies that contractors must provide performance and payment bonds if required and acknowledges receipt of any amendments to the solicitation. There are several key administrative and compliance requirements related to payments and contractor responsibilities, including adherence to the prompt payment and subcontracting clauses. Additionally, contractors are informed about pertinent clauses related to labor rights and safety standards. This RFP represents the government's commitment to maintaining the infrastructure of the airfield while fostering opportunities for small businesses.
    The document outlines an amendment to a government solicitation related to a contract or order modification, specifically referencing solicitation number FA449725R0012. Key details include an extension of the proposal due date from April 11, 2025, to April 18, 2025, as well as the removal of the requirement for proof of bonding with proposals. The document emphasizes the need for contractors to acknowledge the amendment prior to the specified date to avoid rejection of their offers. It also states that all other terms of the original solicitation remain unchanged. The amendment is managed by the 436th Contracting Squadron at Dover Air Force Base, Delaware, and is formally signed by the contracting officer. The document is organized into specific sections including information regarding modifications, description of changes, and required actions by bidders, ensuring clarity for all parties involved. This amendment serves to facilitate participation in the solicitation process by removing barriers and extending deadlines, reflecting an adaptive approach within government procurement practices.
    This document is an amendment to a federal solicitation concerning a Small Business set-aside project with a NAICS code of 237310 and a size standard of $45 million. The project value is between $250,000 and $500,000, with a performance period of 365 calendar days. A key modification is the extension of the proposal due date from February 6, 2025, to April 22, 2025, to allow interested parties additional time to submit their offers. Offers must be acknowledged prior to the amended deadline to avoid rejection. The contract type is Firm Fixed Price (FFP), maintaining all other terms and conditions from the previous issuance. Points of contact for the solicitation include Dimas Bernacchia and SSgt Justin Bordalo. This amendment highlights the procedural requirements and significant changes to the solicitation timeline while ensuring compliance and clarity for potential contractors.
    The FY25 Airfield Pavement Preventative Maintenance project aims to perform essential repairs at Dover Air Force Base, including spall repair, crack sealing, joint sealing, and more, ensuring the airfield remains operational throughout the process. The contract spans 365 days from the Notice to Proceed and mandates coordination with Security Forces and Airfield Operations. Key tasks include sealing 30,000 linear feet of asphalt, repairing manholes, and re-seeding disturbed areas. The contractor is responsible for all required permits and must adhere to Department of Defense and Air Force specifications. Security measures are stringent, requiring background checks for personnel and compliance with access protocols. Additionally, contractors must observe force protection conditions that may affect work operations. The project requires regular progress reporting and adherence to specific safety guidelines, including proper vehicle operation training for airfield access. This undertaking embodies the government’s commitment to maintaining airfield infrastructure and operational safety while ensuring compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    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. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    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.
    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.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    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 lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Base Telecommunications Services, Dover AFB
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base, is seeking small business contractors to provide comprehensive telecommunications services. The contractor will be responsible for ensuring the availability and maintenance of the Base Telecommunications System (BTS), which includes managing an Avaya LSC, IX Voicemail, Sonus Session Border Controllers, and both outside and inside plant systems, with a requirement for 24/7 operational support. This opportunity is critical for maintaining effective communication capabilities essential to the mission of the 436 Communication Squadron. Interested parties should contact Justin Bordalo at justin.bordalo@us.af.mil or Angela Nartowicz at angela.nartowicz.1@us.af.mil for further details, and are encouraged to review the attached Performance Work Statement for specific requirements and responsibilities.
    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.