Maintain Pavement Markings
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 soliciting bids for Maintain Pavement Markings at Westover Air Reserve Base, Chicopee, MA. This Firm Fixed Price (FFP) contract, estimated between $300,000 and $500,000, is a 100% Total Small Business Set-Aside. The project involves comprehensive airfield pavement marking maintenance, including painting, rubber and paint removal, and friction testing. Bids are due April 8, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will furnish all labor, materials, equipment, and services to maintain airfield pavement markings in accordance with the Statement of Work (SOW), drawings, and associated documents. Key tasks include:
- Painting: White retro-reflective markings on Runway 05/23, non-reflective on Runway 15/33. Yellow retro-reflective for taxiway centerlines and hold positions, non-reflective for other taxiway features. Various markings on aprons, pads, and ramps, including restricted area lines, parking spots, and equipment boxes. Existing Compass Rose markings will be repainted.
- Removal Services: Water-blasting for removal of old markings, rubber, and paint buildup from designated areas, targeting 85% removal. The rubber removal quantity is clarified as 600,000 square feet (6,000 HSF).
- Friction Testing: Conduct friction tests on Runway 05/23 (one before and one after rubber removal) in accordance with FAA Advisory Circular 150/5320-12C and ETL 04-10. No friction testing is required for Runway 15/33.
- Materials: Use of waterborne traffic and airfield marking paint (TT-P-1952F) and retro-reflective glass beads (TT-B-1325D) is required. Black borders for pavement markings apply only to concrete surfaces, not asphalt.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP)
- Estimated Magnitude: $300,000.00 - $500,000.00
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237310 with a size standard of $45.0 Million
- Period of Performance: 60 calendar days from Notice to Proceed (NTP). Work must commence within 10 calendar days of NTP, with on-site work completed within 30 calendar days.
- Bonds: Performance and Payment Bonds are required, equal to 20% of the bid price or $3 Million, whichever is less.
Key Requirements & Clarifications
- Coordination & Access: Daily coordination with the Contracting Officer and Airfield Management is mandatory, especially for runway closures and work in controlled airfield zones. Unrestricted access is provided on the North side of ramps, while escorted access is required on the East side due to aircraft presence. Government escorts are available upon request at no fee.
- Safety & Environmental: Strict adherence to safety regulations, including maintaining distance from active aircraft and constant radio contact with Air Traffic Control. Compliance with environmental protection requirements for waste management is essential; greywater can be disposed of on-site, but rubber and paint chips/debris must be disposed of off-site.
- Personnel: A representative capable of obligating the company is required on-site. Multiple roles (e.g., Superintendent, SSHO, QC Manager) can be held by a single individual. Base access vetting takes 15 calendar days.
- Permits & Taxes: No state, local, or Federal permits are required. Purchases and leases are generally immune from State and local taxation, with Form ST-5C provided upon contract award.
- Work Hours: Normal working hours are 0730 to 1615, Monday-Friday. Night work on active runways may be permitted with approval.
- Quality Control: The contractor must appoint a Quality Controller and adhere to quality assurance procedures.
Submission & Evaluation
- Submission Method: Proposals must be submitted via mail or hand delivery; fax and email bids are not accepted.
- Evaluation Criteria: Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors (Lowest Price Technically Acceptable).
- Bid Opening: April 8, 2026, at 2:00 PM EDT.
Additional Notes
Funds are not presently available for this effort, and no award will be made until funds are available. The Government reserves the right to cancel this solicitation. The project is anticipated to start in Late Spring to Summer. Contractors must be certified in SAM.gov when submitting their bid.