Sources Sought for research on Airfield Runway Maintenance at Offutt AFB
ID: FA460026JL0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors for airfield runway maintenance at Offutt Air Force Base in Nebraska. The project involves extensive maintenance tasks, including crack sealing and spall repair on Portland Cement Concrete, as well as asphalt maintenance and the removal of rubber deposits from the runway, all of which must be completed within a 96-hour operational window. This maintenance is critical for ensuring the safety and functionality of the airfield, which supports military operations. Interested parties should submit their capabilities packages to Jack Lauters at jacky.lauters@us.af.mil by 10:00 AM Central Standard Time on January 15, 2026, as this notice is part of a sources sought announcement and not a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines the requirements for project SGBP 26-0002, titled "MAINTAIN AIRFIELD PAINT & RUBBER REMOVAL. F666." The contractor is responsible for furnishing all necessary paint, labor, equipment, and materials to apply airfield paints and reflective media to paved airfield and vehicle driving lane surfaces. Additionally, the contractor must remove 85% of rubber deposits from 100% of the designated rubber-covered areas on the active runway. The project requires adherence to specific military construction standards (UFC 3-260-04, UFGS 32 01 11.51, UFGS 32 17 23.19), OSHA safety regulations, and ISO 9001 quality management standards. Key requirements include precise paint application in specified colors and widths, careful rubber and paint removal without damaging pavement, proper disposal of waste, and a one-year warranty on materials and labor. The contractor must coordinate with the government to avoid disruptions and repair any damage to government property.
    The Statement of Work outlines a project to maintain airfield pavements F645, F666, F667, F696, F670, F676, and F698, dated September 23, 2025, with Opportunity # SGBP 25-0007. The project requires the contractor to provide all labor, equipment, materials, and services for asphalt and concrete pavement maintenance, including crack sealing and seal coating, strictly adhering to federal safety regulations and specific UFGS and UFC standards. The scope includes base bid work (60,000 SY Asphalt, 400 SY Concrete) and three bid options for additional asphalt and concrete work. Detailed objectives cover asphalt crack sealing, asphalt surface sealing using Gilsonite Modified Asphalt emulsion, and concrete pavement crack sealing with specific material requirements and application conditions. Additional general requirements include adherence to various building codes, airfield re-striping standards, site cleanliness, protection of existing infrastructure, and coordination for base access and utility locating. The contractor is responsible for infrastructure installation, equipment integration, obtaining necessary clearances and permits, quality assurance aligned with ISO 9001, and site restoration. Specific instructions are provided for working hours, security, base access through the STRATCOM gate, and itemized bidding for materials and labor. A site visit is mandatory prior to bidding, and a final walk-through will facilitate work acceptance.
    UFC 3-260-04, published on May 16, 2018, establishes unified criteria for airfield and heliport marking across all Department of Defense (DoD) activities. This document consolidates previous standards from the Air Force, Army, and Navy to ensure uniformity in visual guidance aids on DoD airfields worldwide. It outlines standard dimensions, colors (including retro-reflectivity requirements), layout, placement, and orientation for markings on paved surfaces of fixed and rotary wing runways, taxiways, helipads, and landing lanes. The UFC also provides authority to mark hazards to air navigation. It specifies different marking schemes for visual flight rules (VFR), non-precision, and precision instrument runways, as well as unique markings for Unmanned Aircraft System (UAS) runways. The document details material selection for paints and retro-reflective media, application rates, and procedures for temporary and permanent markings, including the obliteration of extraneous markings. It also addresses specific practices for special circumstances, such as open-graded wearing surfaces and maximum paint thickness. The criteria apply to DoD-owned facilities, with provisions for joint-use facilities and overseas installations based on host nation agreements or international standards like ICAO Annex 14. Waivers for non-compliance are required and must follow established procedures.
    This Unified Facilities Guide Specification (UFGS) 32 01 11.51, effective November 2023, outlines the requirements for removing rubber and paint from airfield pavements, including asphalt and portland cement concrete. It supersedes the May 2016 version and is prepared by USACE. The document details administrative requirements, submittals, safety protocols, and acceptance criteria based on removal tolerances (e.g., 90% for rubber on concrete, 85% for paint). It specifies approved removal methods like waterblasting and mechanical removal, prohibiting shotblasting and limiting sandblasting. The guide emphasizes environmental considerations, airfield traffic control, emergency procedures, and waste disposal. Contractors must submit plans for work schedules, waste disposal, and pre-existing conditions, with Government approval required for critical items. The goal is to ensure effective removal while minimizing pavement damage and maintaining airfield safety and functionality.
    The Unified Facilities Guide Specification UFGS-32 01 13.63 outlines requirements for Gilsonite Modified Asphalt Emulsion Seal Coats on various pavements, including roads, parking areas, and airfields. The specification details measurement and payment procedures based on unit pricing and test section determined application rates. It provides extensive references to ASTM and FAA standards, specifies equipment such as computer rate-controlled asphalt distributors and aggregate spreaders, and mandates equipment calibration. Quality assurance measures include manufacturer's representation, material sampling, and source approval for aggregates and emulsion. Product specifications cover Gilsonite modified asphalt emulsion properties, aggregate gradation, polymer requirements, and water quality. Execution guidelines detail surface preparation, crack repair, environmental conditions, emulsion mixing, material quantities per square meter, test sections for application rate determination, field quality control, and traffic control. The document emphasizes safety, environmental compliance, and adherence to specific application procedures to ensure durability and adequate surface friction, particularly for airfield pavements.
    The USACE / NAVFAC / AFCEC UFGS-32 17 23.19 (November 2024) outlines comprehensive standards for airfield pavement markings, superseding the August 2016 version. This guide specification covers requirements for marking airfields, heliports, and hangar floors using paint and glass bead dispensers, including surface preparation. It details unit prices, measurement methods for reflective, non-reflective, and temporary markings, and payment procedures. The document specifies numerous references, submittal requirements for quality control plans, personnel qualifications, material data sheets, and test reports. Special conditions address environmental factors like weather limitations, VOC compliance, and critical traffic control procedures for airfields, including radio communications, emergency operations, and night work. It also covers equipment calibration, product specifications for surface preparation, marking application equipment, airfield materials (paints, preformed tape, reflective media), and execution details like test sections, surface preparation, pre-application testing, temporary markings, and field quality control and acceptance. The document concludes with cleanup and waste disposal guidelines, emphasizing the importance of adherence to detailed specifications for safety and performance.
    Lifecycle
    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 procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools 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 16, 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 TSgt Gary Spillane at gary.spillane@us.af.mil.
    Rubber Removal and Airfield Markings
    Dept Of Defense
    The Department of Defense, through the Air Force Global Strike Command, is soliciting proposals for a project focused on rubber removal and airfield markings at Dyess Air Force Base in Texas. The objective is to execute a phased service to remove rubber accumulation from two runways and repaint the airfield markings according to specified drawings and standards. This project is crucial for maintaining airfield safety and operational efficiency, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit a capability statement and technical approach by January 12, 2026, with offers evaluated based on the lowest price that is technically acceptable. For further inquiries, vendors can contact Anthony Parra at anthony.parra.2@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base, Delaware. This procurement is a total 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 and a performance period of 365 calendar days. The work is critical for maintaining airfield safety and operational efficiency, with proposals due by 1:00 PM EST on January 16, 2026, and must remain valid through March 31, 2026. Interested parties can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    Dyess Airfield Paving
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base (AFB) in Texas, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract. The procurement aims to identify capable vendors for various airfield pavement repairs and reconstruction, including concrete slab removal, spall repair, joint sealant replacement, and pavement markings, all in accordance with specified plans and specifications. This opportunity is set aside for small businesses, including those classified as 8(a), Woman Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone, or Small Disadvantaged Businesses, with a firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contract structure. Interested parties must respond with their company information and capabilities to the primary contacts, Anthony Parra and Caden Trujillo, via the provided email addresses by the specified deadline.
    B433 Utility Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the B433 Utility Repair project at Offutt Air Force Base in Nebraska. The project involves the replacement of existing piping, valves, lift station pumps, controls, and associated components in the B433 lift station and adjacent equipment manhole, with a focus on modernizing the sewage lift station infrastructure to enhance functionality and compliance with updated engineering standards. This contract is set aside for small businesses, with an estimated total award amount of $45 million, and offers a performance period from January 19, 2026, to May 1, 2026. Interested contractors must submit their offers by January 15, 2026, and can direct inquiries to 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 1st Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    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.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) construction project at Offutt Air Force Base, Nebraska. This event aims to provide information and gather feedback on the construction of a 280,200 square foot maintenance hangar and associated taxiway, which will support maintenance activities for Boeing 747-8i aircraft and include various operational and support spaces. The project is significant for enhancing military operational capabilities and is anticipated to exceed $500 million in construction costs, with a design-bid-build delivery method. Interested contractors, particularly those with bonding capabilities of $400 million or greater, must register for the event by January 16, 2026, and can request one-on-one meetings with government representatives by January 9, 2026. For further inquiries, contact Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil.
    SOURCES SOUGHT - Dover AFB Rubber Goods Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought request for information regarding maintenance, repair, testing, and calibration services for a Hanco Rubber Goods Tester (Model GT504, Serial Number B13002) at Dover Air Force Base in Delaware. The selected contractor will be responsible for providing all necessary management, tools, materials, equipment, and labor to ensure the equipment meets original factory specifications, as well as training up to 20 personnel on its safe operation. This opportunity is crucial for maintaining operational readiness and safety standards at the base, with a projected performance period of five years. Interested parties must submit their capability statements and relevant information by January 16, 2024, to the primary contacts, 2d Lt Travis Ambrose and Ms. Victoria Barra, via the provided email addresses.
    Synopsis W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking architect-engineer services for the design of the Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. This project entails a firm-fixed-price contract that requires the selected firm to deliver 35% of the design ready-to-advertise, which includes site investigations, geotechnical work, space planning, and construction documents for a hangar designed to accommodate two Boeing 747-8i aircraft, with an estimated construction cost exceeding $500 million. The procurement emphasizes the importance of specialized experience in large military hangar design, professional qualifications of key personnel, and past performance, with submissions due by January 30, 2026. Interested parties can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
    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.