Skip to content
Department of Defense

Repair Pavement Parking Lot Bldg 106 and Striping

Solicitation: FA875126Q0004
Notice ID: fa2c0a2400ef4ec4893f4e2bb1532832
TypeSolicitationNAICS 237310PSCZ2LBSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNYPostedApr 07, 2026, 12:00 AM UTCDueMay 06, 2026, 07:30 PM UTCCloses in 28 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Response deadline: May 06, 2026. Industry: NAICS 237310 • PSC Z2LB.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA875126Q0004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$683,595,008
Sector total $37,204,442,544 • Share 1.8%
Live
Median
$552,706
P10–P90
$81,119$1,327,479
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
+1%($2,067,129)
Deal sizing
$552,706 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Rome, New York • 13441 United States
State: NY
Contracting office
Rome, NY • 13441-4514 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260002 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
+91 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 91 more rate previews.
Davis-BaconBest fitstate match
NY20260002 (Rev 1)
Open WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+90 more occupation rates in this WD
Davis-Baconstate match
NY20260004 (Rev 1)
Open WD
Published Jan 30, 2026New York • Broome, Chenango
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+56 more occupation rates in this WD
Davis-Baconstate match
NY20260045 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tioga
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+55 more occupation rates in this WD
Davis-Baconstate match
NY20260049 (Rev 1)
Open WD
Published Jan 30, 2026New York • Orange
Rate
HANDLER (Duties limited to preparation, wetting, stripping, removal, scraping, vacuuming, bagging and disposing of all insulation materials whether they contain asbestos or not from mechanical systems)
Base $46.62Fringe $49.30
Rate
Insulator/asbestos worker (Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $46.62Fringe $49.30
Rate
Bricklayer, Cement Mason, Plasterer
Base $43.04Fringe $34.99
+17 more occupation rates in this WD

Point of Contact

Name
Leena Budhu
Email
leenawattie.budhu.1@us.af.mil
Phone
3153302557
Name
Larry Barto
Email
Larry.Barto.1@us.af.mil
Phone
3153302672

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE RESEARCH LABORATORY • FA8751 AFRL RIKO
Contracting Office Address
Rome, NY
13441-4514 USA

More in NAICS 237310

Description

Combined Synopsis/Solicitation for Commercial Products and Commercial Services

General Information            

              Title: Repair Pavement Parking Lot Bldg 106 and Striping

              Document Type:  Combined Synopsis/Solicitation

              Solicitation Number:  FA875126Q0004      

              Posted Date: TBD

              Response Date: 6 May 2026

              PSC: Z2LB

              Set-Aside: 100% SBSA

              NAICS Code: 237310

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

Description  

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation.  Offers are being requested and a separate written solicitation will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. 

Solicitation number FA875126Q0004 is issued as a Request for Quotation (RFQ).

This acquisition is set-aside for small business concerns.  This solicitation incorporates provisions and clauses by reference.  The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul.

Provisions 52.212-1 and 52.212-2 apply.  Please see below for their full text.

Please see the attached solicitation (Standard Form 1442) and supporting documents/attachments for all remaining provisions/clauses, line items/descriptions, period of performance and location, and other response instructions.

To assist in developing quotes, an organized site visit has been scheduled for 15 April  2026, at 9:00 AM Eastern Time.  Participants wishing to attend must create a DBIDS Pre-Enrollment Request on https://dbids-global-enroll.dmdc.mil and email the QR confirmation code to Leena Budhu at leenawattie.budhu.1@us.af.mil with a courtesy copy to Lary Barto at larry.barto.1@us.af.mil one week prior to scheduled visit.

Formal communications/inquiries, such as requests for clarification or information concerning this solicitation must be via email (to Leena Budhu and Larry Barto) and must include “FA875126Q0004” in the subject line.

As required by 15 U.S.C. 644(w), the following information is provided regarding Air Force definitization of change orders under construction contracts:

- There are no Air Force procedures, in addition to that outlined in FAR Part 43, that apply to definitization of equitable adjustments for change orders under construction contracts.

- Data on the Air Force’s past performance, for the prior 3 fiscal years, regarding the time required to definitize equitable adjustments for change orders under construction contracts can be found on Attachment 6 to this solicitation.

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (FEB 2026)

(a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation (SF1442).  Offers must be emailed to leenawattie.budhu.1@us.af.mil with a copy to larry.barto.1@us.af.mil.  Hard copies or faxed submissions will not be accepted.  As a minimum, offers shall include-

(1) Proposed price.  Offeror are requested to use the provided solicitation to submit their quote for evaluation.  Failure to fully complete the provided solicitation with answers to required provisions may result in an offer being rejected.  By submission of its offer, the Offeror agrees with all terms, conditions, and provisions included in the solicitation and any solicitation amendments;

(2) Information necessary to evaluate the factors contained in the provision at 52.212-2;

(3) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and

(4) Past Performance information.

- Contractor shall submit past performance information to include no more than five (5) contracts completed within the past five (5) years.  Past performance information for each contract must include the following:

                             - Description of work and contract number (if any)

                              - Statement identifying whether Offeror acted as prime contractor or as a subcontractor

                             - Period of performance of the work

                              - Customer Point of Contact for the effort (Name, Phone, and Email Address)

(b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(c) Late submissions, modifications, revisions, and withdrawals of offers.

(1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.

(2) Any offer, modification, or revision received after the time specified for receipt of offers is “late” and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.

(3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(4) Offerors may withdraw their offers by written notice to the Government received at any time before award.

(d) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.

(e) Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.

(3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award.

(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.

(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.

(End of provision)

52.212-2 Evaluation—Commercial Products and Commercial Services (FEB 2026)

(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:  Price and Past Performance

Past Performance is significantly more important than Price.

When evaluating past performance, the Government will place more emphasis on efforts that are more similar in scope/nature to the work involved in this solicitation (relevant) as well as more recent.  The Government may also place more emphasis on past performance as a prime contractor as opposed to as a subcontractor.  The Government reserves the right to award a contract at a higher price for a perceived higher quality based on past efforts.

(b) Options. N/A

(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.