DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)
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 Air Force Civil Engineer Center (AFCEC/CO), Operations Directorate, Tyndall AFB, FL, is preparing to solicit for Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3) services. This will be a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured as a Firm Fixed Price (FFP) construction acquisition.
This opportunity is a 100% Small Business Set-Aside and targets the award of eleven (11) separate IDIQ contracts, one for each identified Air Force Base (AFB) in Region 1. The estimated magnitude for this requirement is between $5,000,000 and $10,000,000. The Request for Proposal (RFP) is anticipated to be posted on or about January 5, 2016.
Scope of Work
Projects under this contract will involve:
- Removal of rubber (high pressure or detergent) or paint (water or grinding) from designated airfields using various methods and equipment.
- Removal of hazardous waste material, adhering to environmental regulations in accordance with IAW specifications and federal, state, and local regulations.
- Application of airfield pavement markings and striping, including layout, surface preparation, beads, test sections, and submittals.
- Contractors will be required to provide and utilize power brooms, vacuum sweepers, and striping machines.
Services will be required at the following eleven (11) AFBs in Region 1:
- Texas: Dyess AFB, JBSA Lackland, JBSA Randolph, Sheppard AFB, and Laughlin AFB
- New Mexico: Holloman AFB, Kirkland AFB, and Cannon AFB
- Oklahoma: Tinker AFB and Altus AFB
- Kansas: McConnell AFB
Contract & Timeline
- Type: Single-Award Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract (Construction).
- Duration: A Base Year, followed by two (2) Option Years.
- Set-Aside: 100% Small Business Set-Aside.
- Estimated Magnitude: Between $5,000,000 and $10,000,000.
- NAICS Code: 237310 - Highway, street, and bridge construction (Small Business Size Standard: $33.5 Million).
- RFP Posting: On or about January 5, 2016.
- Published: December 2, 2015.
Evaluation
This acquisition will be procured as a construction acquisition under FAR Part 36 - Construction Contracting. Award will be made using a Lowest Price, Technically Acceptable (LPTA) process, in accordance with the proposal evaluation procedures found in FAR Section 15 - Contracting by Negotiation.
Additional Notes
This is a presolicitation notice for FA8051-16-R-0001. It was previously posted as a Sources Sought, FA8051-16-R-R300, on June 26, 2015. The Government reserves the right not to make an award.