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) has issued Solicitation FA6606-26-B-0001 for Maintain Pavement Markings at Westover Air Reserve Base, Chicopee, MA. This 100% Total Small Business Set-Aside opportunity seeks a contractor to furnish all labor, materials, and equipment for comprehensive airfield pavement marking maintenance. The project is estimated between $300,000.00 and $500,000.00. Bids are due April 8, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will be responsible for painting white, yellow, and red retro-reflective and non-reflective markings on runways (05/23, 15/33), taxiways, aprons, pads, and ramps. This includes the removal of existing pavement markings (85% target) and rubber buildup via water-blasting. Friction testing is required for Runway 05/23 (before and after rubber removal), but not for Runway 15/33. Other tasks include repainting warning signs, static ground points, parking spots, and miscellaneous markings as detailed in the contract drawings. All work must comply with Federal Specifications (TT-P-1952F for paint, TT-B-1325D for beads), AFI 32-1042, and UFC standards.
Contract Details & Timeline
- Contract Type: 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 (Size Standard: $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 completion within 30 calendar days. The project is anticipated to start in Late Spring to Summer.
- Key Dates:
- Site Visit: March 18, 2026, 10:00 AM EDT (Sign-in sheet available)
- RFIs/Questions Due: March 25, 2026, COB (Clarifications provided in RFI 01, 02, 03, 04)
- Bid Opening: April 8, 2026, 2:00 PM EDT
- Submission: Proposals must be submitted via mail or hand delivery; fax and email bids are not accepted.
- Bonds: Performance and Payment Bonds are required (20% of bid price or $3 Million, whichever is less).
Evaluation & Requirements
Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors. Contractors must be certified in SAM.gov. Special requirements include daily coordination with the Contracting Officer and Airfield Management, strict adherence to safety and environmental regulations, and base access vetting for personnel. Government escorts are provided for restricted areas at no fee, and a laydown area will be identified post-award. No state, local, or Federal permits are required, and a Form ST-5C for tax immunity will be provided upon contract award. On-site personnel can hold multiple roles (e.g., Superintendent, SSHO, QC Manager).
Additional Notes
Funds are not presently available for this effort; no award will be made until funds are available. The Government reserves the right to cancel this solicitation.