Opportunity

PIEE #FA481926R0017

Tyndall AFB Interior Painting Services for Building 1210 (HUBZone Set-Aside)

Buyer

FA4819 325 CONS

Posted

May 06, 2026

Respond By

June 03, 2026

Identifier

FA481926R0017

NAICS

238320

The U.S. Air Force at Tyndall Air Force Base, Florida, is seeking a HUBZone small business contractor for interior painting services in Building 1210. - Government Buyer: - U.S. Air Force, 325th Contracting Construction Flight (FA4819 325 CONS PKP), Tyndall AFB - Points of contact include Felicia Freche, Frances Montgomery, and Justin Watson - Products/Services Requested: - Interior painting of the common hall on the first floor of Building 1210 - Includes all labor, materials, equipment, permits, and ancillary items - Surface preparation, patching, caulking, priming, and application of two coats of specified paint (Egg-Shell Latex and oil-based, color SW-7539 Cork Wedge) - Use of high-quality, low-VOC paints and materials - Site protection, masking, and clean-up required - One-year warranty on workmanship and materials - Notable Requirements: - Strict compliance with UFC 3-190-06, UFGS 09 90 00, UBC, IBC, Air Force, DoD, Florida State, DOT, NEC, OSHA, EPA, ADA, and Buy American construction material requirements - Prohibition on Class I Ozone Depleting Substances - Performance and payment bonds required - Minimal disruption to building occupants - Contractor must provide a detailed schedule and notify the building representative 24 hours before work - No specific OEMs or commercial paint brands are named; all materials must meet specified standards - NAICS code: 238320 (Painting and Wall Covering Contractors) - 100% HUBZone Small Business set aside - Place of performance: Building 1210, Tyndall Air Force Base, FL - Estimated period of performance: 90 calendar days after notice to proceed

Description

This is the official solicitation for the Building 1210 Paint contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract. The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets forth the requirements for a Request for Proposal (RFP) contract site specifically Building 1210 located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: UFC 3-190-06 (Protective Coatings and Paints) and UFGS 09 90 00 (Paints and Coatings), United States Army Corps of Engineers, Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions. All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 238320 will apply to this acquisition. The size standard for this NAICS code is $19.0M. This requirement is being solicited as a 100% HUBZone Small Business set aside. The period of performance is estimated at 90 calendar days total after notice to proceed. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using Trade-Off, best value procedures. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The government does not intend to hold a site visit unless there are requests by multiple offerors to hold one. RFIs are due 15 May 2026 at 1:00 PM CDT. Response time for proposals ends on 25 May 2026 at 1:00 PM CDT. The entire RFP will be made available only on SAM via the PIEE Solicitation module. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. Interested contractors are encouraged to submit their contact information by registering as an interested vendor. Any questions and responses regarding this notice should be directed to the 325th Contracting Construction Flight by adding the following contacts in the “To” block felicia.freche.1@us.af.mil and frances.montgomery@us.af.mil.

View original listing