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 (FA6606 439 CONF PK) is soliciting bids for Maintain Pavement Markings (Solicitation FA6606-26-B-0001) at Westover Air Reserve Base, Chicopee, MA. This Total Small Business Set-Aside opportunity requires contractors to furnish all labor, materials, and equipment for comprehensive airfield pavement marking maintenance. The estimated project magnitude is between $300,000 and $500,000. Bids are due April 8, 2026, at 2:00 PM EDT.
Scope of Work
The project involves maintaining airfield pavement markings across runways, taxiways, aprons, pads, and ramps. Key tasks include:
- Painting: Application of white retro-reflective markings on Runway 05/23 and non-reflective markings on Runway 15/33. Yellow retro-reflective markings for taxiway centerlines and hold positions, with non-reflective for edges and shoulders. Various markings on aprons, pads, and ramps, including fuel pit removal/repaint and Restricted Area Lines/Signs. Existing Compass Rose markings require repainting, not new installation. Black borders for pavement markings apply only to concrete surfaces.
- Removal: 85% removal of rubber and paint buildup from designated areas, primarily via water-blasting. Greywater can be disposed of on-site, but rubber and paint chips/debris must be disposed of off-site.
- Testing: Friction testing on Runway 05/23 (before and after rubber removal); no friction testing is required for Runway 15/33.
- Materials: Use of specific paint (TT-P-1952F) and retro-reflective glass beads (TT-B-1325D).
- Operational Requirements: Work requires daily coordination with Airfield Management, government escorts in restricted areas, and strict adherence to safety and environmental regulations. Night work on active runways may be permitted under favorable conditions, but lighted X's are not required.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP) contract.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 237310 (Airport, Highway, and Bridge Construction) with a size standard of $45 Million.
- Period of Performance: 60 calendar days from Notice to Proceed (NTP). Work must commence within 10 calendar days of NTP, with on-site completion within 30 calendar days. The project is anticipated to start in Late Spring to Summer.
- Bonds: Performance and Payment Bonds are required, with the bid guarantee being 20% of the bid price or $3 Million, whichever is less.
Submission & Evaluation
- Bid Due Date: April 8, 2026, at 2:00 PM EDT.
- 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.
- Eligibility: Contractors must be certified in SAM.gov when submitting their bid.
- Key Dates:
- Site Visit: March 18, 2026, 10:00 AM EDT (Registration due March 11, 2026, COB).
- RFIs/Questions Due: March 25, 2026, COB.
- Bid Opening Registration Due: April 1, 2026, COB.
Contact Information
For questions, contact Joshua Belliveau, Contracting Officer, at joshua.belliveau@us.af.mil or 413-557-3835.