Rubber Removal and Airfield Markings
ID: FA466126Q0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, 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 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.

    Files
    Title
    Posted
    This document outlines technical specifications and dimensions for airfield markings, likely for federal government RFPs related to airport infrastructure projects. It details precise horizontal spacing for letters and numerals, specifying 15 feet [4.6 M] between near edges, except for the numeral "11" which has a 27 feet [8.2M] spacing between inner edges. The document clarifies that dimensions are expressed in both feet and meters, with imperial units designated as primary. It also includes a critical note regarding the standalone numeral "1", which must be placed above a horizontal bar to avoid confusion with runway centerline markings. The file emphasizes that for designs using rounded metrics, careful attention is required to maintain the intended shape and proportions of numbers and letters. The document concludes with a list of abbreviations and phrases such as "STOP," "ECP," and numerical identifiers, which are likely associated with specific marking layouts or operational instructions on an airfield.
    The document addresses questions and answers regarding the BLDG 4230 Fuel Cell Ventilation System Replacement project, focusing on runway rubber removal and repainting. Key aspects include waste disposal requirements, with specific references to Specification Section 00 01 04 Environmental for liquid and solid waste handling, storage, and disposal, explicitly prohibiting chemical removal techniques. The project involves two phases, with a total rubber removal quantity of 673,000 SF across both. Work is primarily scheduled for weekend closures in February and August 2026, with night work permitted. The government clarified that there is no lead-based paint or thermoplastic markings. Contractors are responsible for providing low-profile barricades if full closure is requested. Past awardees and their contract amounts were provided, and information on future awards can be found on fpds.gov. The contractor will have access to a water hydrant but must use an approved Class III Back Flow Preventer. A test strip is required, and a CE inspector will be onsite for compliance. No site visit will be conducted, with vendors relying on provided drawings and measurements.
    The solicitation FA466126Q00090001 is a Request for Proposal (RFP) issued by the Air Force Global Strike Command (AFGSC) for rubber removal and airfield markings at Dyess AFB, TX. The project, valued between $100,000 and $250,000, is a total small business set-aside. Key requirements include submitting a capability statement, a technical approach document, and the completed solicitation form. Offers are due by January 7th, 2026, at 12:00 P.M. (CST) and will be evaluated based on the lowest price found to be technically acceptable. The contract includes provisions for performance and payment bonds, with work commencing within 10 calendar days and completing within 210 calendar days after notice to proceed. The document outlines detailed clauses regarding electronic payments via Wide Area WorkFlow (WAWF), prohibitions on certain telecommunications equipment, and various FAR and DFARS clauses governing simplified acquisitions, labor standards, and environmental compliance.
    The Statement of Work (SOW) for Project FNWZ 25-0167 outlines the requirements for rubber removal and airfield markings at runways 16/34 and 164/344 (Tye LZ). The project involves two main tasks: performing rubber removal as detailed in drawings C1-C8 (CLIN 0001) and painting airfield markings per the same drawings and specifications (CLINs 0002-0006). The work will be executed in phases, coordinated with the Contracting Officer, Airfield Management, and Civil Engineering, due to ongoing airfield operations. Rubber removal is specifically phased, with Phase 1 on runways 16/34 and 164/344 (Tye LZ) on weekends, and Phase 2 on runway 16/34 to be completed six months after Phase 1. Special requirements include coordinating with the Contracting Officer and Airfield Manager 45 days in advance for approved work weekends. The project site is a General/Controlled Area, requiring coordination with the Tower for work in controlled movement areas, radio requests from Airfield Management, and escorts within the Controlled Area. Contractors must submit a schedule for escort coordination. The total performance time for the project is 220 calendar days.
    This government file outlines the specifications for maintaining airfield markings and rubber removal at Dyess AFB, Texas (Project FNWZ 25-0167). It details general requirements, including scope of work, working conditions, schedules, safety protocols, and waste disposal. Key environmental protection standards, goals, and contractor responsibilities for resource protection (land, ozone, historical/archaeological, water, air, safety) are emphasized. The document also covers waste management, minimization, and disposal certification, along with specific submittal requirements for environmental and waste management plans, customer service inspection certificates, and final disposition reports. Security requirements for working on a closed base and in restricted airfield areas are also included.
    This government Request for Proposal (RFP) outlines technical factors for two distinct scopes of work: Airfield Markings and Runway Rubber Removal, both with a 210-day performance period and limited weekend runway closures. For Airfield Markings, contractors must submit a detailed plan including equipment, CLINs, quantities, and adherence to specifications for providing markings as per project drawings. Past performance requires the prime or sub-contractor to have completed at least two similar projects within three years, specifically removing and painting a minimum of 200,000 square feet of pavement markings on an active airfield within a five-day period. For Runway Rubber Removal, contractors must provide a detailed course of action and work plan for rubber removal and airfield markings, including equipment and quantities, following all specifications. Past performance for this section requires a minimum of three similar projects within three years, with at least 348,000 square feet of rubber removal performed in one weekend. Both sections require submission of points of contact for past projects.
    General Decision Number TX20250046, updated on September 19, 2025, outlines prevailing wage rates for highway construction projects in specific Texas counties, including Archer, Armstrong, Callahan, Carson, Clay, Crosby, Ector, Irion, Jones, Lubbock, Midland, Potter, Randall, Taylor, Tom Green, and Wichita. This determination emphasizes compliance with the Davis-Bacon Act and relevant Executive Orders (EO), specifically 14026 and 13658, which mandate minimum wage rates for covered federal contracts. For contracts entered into or renewed on or after January 30, 2022, EO 14026 requires a minimum of $17.75 per hour in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed, fall under EO 13658, requiring at least $13.30 per hour in 2025. The document provides a comprehensive list of craft classifications and their corresponding wage rates, such as Asphalt Distributor Operator ($22.68), Concrete Finisher ($20.92), Electrician ($23.70), and various Truck Driver categories. It also details the appeals process for wage determinations, allowing interested parties to request review and reconsideration from the Wage and Hour Administrator and further appeal to the Administrative Review Board. Additionally, it references EO 13706, which mandates paid sick leave for federal contractors, providing 1 hour of paid sick leave for every 30 hours worked, up to 56 hours annually.
    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.
    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.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    NAS KINGSVILLE RUNWAY 35L-17L RUBBER REMOVAL AND PARKING APRON STRIPING
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the rubber removal and parking apron striping at Naval Air Station Kingsville, Texas. This procurement specifically requires the removal of rubber buildup from Runway 35L-17L and the application of striping on the parking apron, which is crucial for maintaining operational safety and efficiency at the air station. Notably, the Cybersecurity Maturity Model Certification (CMMC) requirement has been revised, with the project now classified as CMMC Not Applicable, easing compliance for offerors. Interested parties can reach out to Cyndi Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or by phone at 361-961-5219 for further details.
    Dyess Handyman IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract for handyman services at Dyess Air Force Base in Texas. The contract will focus on maintenance, repair, alteration, and minor construction projects, with individual task orders valued at less than $350,000. This initiative aims to identify qualified small businesses that can meet the requirements outlined in the Statement of Work, which includes various construction trades such as carpentry, electrical, plumbing, and HVAC. Interested parties must respond to the attached questionnaire by January 5, 2026, at 11:00 AM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.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.
    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.
    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.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    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.