Skip to main content

An official website of the United States government

You have 2 new alerts

DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Dec 02, 2015 09:07 am EST
  • Original Published Date: Oct 20, 2015 10:48 am EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date: Jan 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: Z - MAINT, REPAIR, ALTER REAL PROPERTY
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Texas: Dyess AFB, JBSA Lackland, JBSA Randolph, Sheppard AFB, and Laughlin AFB; New Mexico: Holloman AFB, Kirkland AFB, Cannon AFB; Oklahoma: Tinker AFB and Altus AFB; Kansas: McConnell AFB.
    USA

Description

Please note the following changes identified in "bold."

Presolicitation Notice For:  FA8051-16-R-0001--Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3), Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract:  (Construction).

Requirement For: Air Force Civil Engineer Center (AFCEC/CO), Operations Directorate, Tyndall AFB, FL.  

Contracting Office:  722 Enterprise Sourcing Squadron (772 ESS/PKD), Tyndall AFB, FL.

CHANGE 1:  Solicitation/Request for Proposal shall be posted on or about 5 Jan 2016.

P
reviously posted as a Sources Sought, FA8051-16-R-R300, 26 Jun 2015.

This acquisition will be a 100% Small Business Set-Aside. The Government is targeting award of eleven (11) Single-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts.  All contracts shall be awarded from this solicitation.  The Government will award (1) contract per Air Force Base (AFB) identified in Region 1; eleven (11) separate contracts will be awarded.  Offerors may submit a proposal for one (1) or more than one (1) base.  The eleven (11) AFB's identified within Region-1 are as follows:

Texas: Dyess AFB, JBSA Lackland, JBSA Randolph, Sheppard AFB, and Laughlin AFB;
New Mexico: Holloman AFB, Kirkland AFB, Cannon AFB; Oklahoma: Tinker AFB and Altus AFB; Kansas: McConnell AFB.

The estimated period of performance is a Base Year, followed by two (2) Option Years.

The contract type for this requirement will be a Firm Fixed Price (FFP) IDIQ contract. This is a construction-type requirement, and as such, will be procured as a construction acquisition under FAR Part 36 - Construction Contracting, and shall be conducted using a Lowest Price, Technically Acceptable (LPTA) process in accordance with the proposal evaluation procedures found in Federal Acquisition Regulation (FAR) Section 15 - Contracting by Negotiation.

CHANGE 2:  The Disclosure of Magnitude is set for the following price range: Between $5,000,000 and $10,000,000. 

North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310 -
Highway, street, and bridge construction.  Small Business Size Standard for this acquisition is $33.5 Million.

Projects shall include removal of rubber (high pressure or detergent) or paint (water or grinding), using various rubber and/or paint removal methods and equipment on designated airfields; removal of hazardous waste material; and adherence to environmental regulations in accordance with IAW specifications and federal, state, and local regulations.  

Projects shall also include application of airfield pavement markings and striping. The contractor shall apply pavement markings including layout, surface preparation, beads, test section, and submittals IAW plans and specifications.  The contractor shall also provide and utilize a power brooms, vacuum sweepers, and striping machines to accomplish airfield pavement markings and striping.

The Air Force reserves the right not to make an award.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History