B59P/89 CHIPPED PAINT FLOOR CLEANING
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is seeking proposals for chipped paint removal and floor cleaning services at Robins Air Force Base, Georgia. This Total Small Business Set-Aside opportunity (RFQ No. FA857126Q0070) requires contractors to remove accumulated paint from hangar floors in Buildings 59P and 89, dispose of debris, and clean drains to address safety concerns. Quotes are due by May 13, 2026, at 1:30 PM EST.
Scope of Work
The contractor will provide all necessary materials, PPE, parts, travel, tools, training, and labor to:
- Remove excess chipped paint (up to 1.5 inches thick) from concrete hangar floors in Building 59P (approx. 65,000 sq ft) and Building 89 (approx. 40,000 sq ft).
- Achieve approximately 95% paint removal.
- Dispose of all chipped paint and clean drains.
- The project duration is 6 months per building, contingent on government scheduling. Work hours are typically 0700-1800 EST, Monday through Friday, with flexibility for other shifts. Hangars can be closed for a maximum of two consecutive days. No aircraft will be present during work.
Key Requirements & Compliance
- Financial Capability: Offerors must provide documentation demonstrating adequate financial resources to perform the work.
- Cybersecurity:
- NIST SP 800-171: Applies; offerors must have a satisfactory score of 110 (not more than three years old) in the Supplier Performance Risk System (SPRS).
- CMMC Level 1 (Self): Required and must be maintained for the contract duration.
- Safety: Contractors must develop and submit a comprehensive Safety and Health Plan (CDRL A004) within 10 working days of award, complying with OSHA, VPP, and other federal/Air Force regulations (detailed in Appendix C). Accident/Incident Reports (CDRL A005) are required.
- Training: Mandatory initial Environmental Management System (EMS) and Energy Management System (EnMS) awareness training for all personnel working on Robins AFB (CDRLs A002, A003).
- Reporting: Submission of an On-Site Training Report detailing best practices for paint removal within 3 days of project completion (CDRL A001).
- Invoicing: All invoices and payment requests must be submitted via PIEE/WAWF.
- Security: Compliance with Government Security Regulations (32 CFR Part 117, DAFI 31-101), OPSEC, and Supply Chain Risk Management procedures.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ No. FA857126Q0070)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 238320 (Wall and Ceiling Finishing)
- Size Standard: $19,000,000.00
- Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- Place of Performance: Robins Air Force Base, GA (Buildings 59P, 89, and 125)
- Response Due: May 13, 2026, at 1:30 PM EST
- Primary Contact: Andrew Harth, andrew.harth@us.af.mil, 478-468-2765
Evaluation
A financial capability review will be conducted through DCMA. Offerors must meet cybersecurity requirements (NIST SP 800-171 score of 110, CMMC Level 1).