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.