Solicitation Protective Coating and Marking Services
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 316th Contracting Squadron is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for Protective Coating and Markings construction services at Joint Base Andrews (JBA), including surrounding site complexes and remote areas under JBA control in Maryland. This is a Fixed-Price, Single Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The proposal due date has been extended to January 23, 2026, at 12:00 PM EST.
Scope of Work
The contractor will furnish all personnel, supervision, labor, equipment, tools, transportation, materials, supplies, quality control, and management to perform:
- Airfield rubber removal (85% removal from runway, taxiway, apron, roadway pavement).
- Striping of airfield, streets, and parking lots (Airfield striping 6" LF, Roadway striping 4" LF).
- Protective coating and painting for interior/exterior facilities, cleaning, sandblasting, and painting various surfaces (buildings, fences, floors, tanks, etc.).
- Sign fabrication and maintenance (manufacturing, installation, and replacement of various interior/exterior signs).
- Pavement markings (preparation and application of traffic markings, paint, and reflective media).
- Other services include gypsum wallboard finishing, patching, sealants, caulking, and wood finishing.
Contract Details
- Contract Type: Fixed-Price, Single Award, IDIQ
- Ordering Period: Five (5) years, from March 1, 2026, to August 31, 2031.
- Minimum Order: $2,000.00
- Maximum Contract Ceiling: $9.5M
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238320 ($19,000,000.00 Annual receipts size standard)
- Incumbent: Vanguard Pacific LLC
Key Requirements & Deliverables
- Performance and Payment Bonds are required for task orders exceeding $150,000.00, with a reserve bonding requirement of $1,000,000.00.
- Contractor must provide a Quality Control Plan (QCP) at the IDIQ award level.
- Compliance with safety, environmental, and security regulations is mandatory.
- Wage determinations (Building, Heavy/Highway, Residential) for Prince George's County, MD, must be adhered to.
- Airfield marking standards (AFI 32-1042, Airfield Marking Handbook) are critical for compliance.
- Subcontracting is permitted, but no more than 85% of work can be subcontracted per FAR 52.219-14.
- Subcontractor past performance will be evaluated; consent letters are required.
Submission & Evaluation
- Proposals must be submitted electronically.
- Evaluation will be based on a best-value tradeoff between Past Performance and Price, with Technical Capability as a prerequisite.
- Offerors can submit up to 5 past performance packages. CPARS will also be considered.
- The government reserves the right to award without discussions.
Important Dates & Contacts
- Site Visit: December 19, 2025, at 10:00 AM. Submit Base Access Letter by December 17, 2025, 14:00 EST to allen.tang@us.af.mil and cameron.cox.8@us.af.mil. Arrive at visitor center by 09:00 for badging.
- Questions Due: January 7, 2026.
- Proposal Due: January 23, 2026, 12:00 PM EST.
- Primary Contact: Cameron Cox (cameron.cox.8@us.af.mil)
- Secondary Contact: Allen Tang (allen.tang@us.af.mil)