5 Year Task Order Contract for Epoxy Flooring Repairs
ID: W51AA1-25-R-0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW0ML USA DEP TOBYHANNATOBYHANNA, PA, 18466-5079, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for epoxy flooring repairs at Tobyhanna Army Depot in Pennsylvania. The contract will involve comprehensive services including labor, materials, and management to repair existing flooring, ensuring compliance with safety and quality standards while minimizing disruption to depot operations. This procurement is critical for maintaining safe and functional work environments, with a minimum contract value of $1,000 and maximum orders reaching $250,000. Interested contractors must submit proposals by April 7, 2025, including pricing worksheets, technical documentation, and past performance examples, and can direct inquiries to Mark Buonomo at mark.buonomo2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
Apr 3, 2025, 7:05 PM UTC
Apr 1, 2025, 5:04 PM UTC
The document is a Question and Answer section associated with the Request for Proposal (RFP) W51AA1-25-R-0022 for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on epoxy floor repairs. It outlines critical information for potential offerors, including that the current contract is held by Spectrum of Floors, LLC. Deliverables per task order range from 500 to 4,000 square feet, with an average of 3,000 square feet repaired annually. The total square footage requiring maintenance is currently unknown, as task orders will be issued on an as-needed basis without on-site storage for materials. Proposal submission details clarify that documents can be submitted in various formats, preferably as separate PDFs. Payment and performance bonds may be required based on task order value, and evidence of bonding capacity must be included with proposals. The document emphasizes the binding nature of the Q&A content as part of the solicitation process and instructs offerors on necessary compliance regarding bonding and proposal submissions.
The document is a Request for Proposal (RFP) W51AA1-25-R-0022 for an "Epoxy Floor Repair IDIQ" project, including a collection of questions and answers relevant to bidders. It outlines important aspects of the contract, current service provider details (Spectrum of Floors, LLC), and specifications regarding task minimums and maximums per task order, which are set between 500 SF and 4000 SF, with historical average repairs around 3,000 SF annually. On-site storage for materials is unavailable, and the proposal can be submitted digitally as long as each section is identifiable, with separate PDFs preferred. Bonds may be required based on the task order's total value, and proof of bonding capacity must be provided for amounts up to $150,000. Additionally, the applicable wage determination is designated under the Davis Bacon Act. The government retains the right to issue task orders across multiple locations as long as they meet the specified square footage requirements. The RFP aims to solicit qualified contractors for flooring repairs while ensuring compliance with established federal procurement regulations. Ultimately, it ensures transparency and clarity in the bidding process for potential contractors within the federal framework.
The Request for Proposal (RFP) W51AA1-25-R-0022 focuses on Epoxy Floor Repair services, detailing the requirements for qualified contractors. Key points include the current incumbent contractor, Spectrum of Floors, LLC, and the minimum and maximum repair quantities specified per task order, ranging from 500 SF to 4,000 SF. Historical trends indicate an average annual repair of approximately 3,000 SF, with task orders issued as needed across various buildings. Contractors are informed that on-site storage is unavailable and must submit proposals via email as separate Adobe PDFs. The document outlines bonding requirements based on task order values, referencing significant FAR clauses related to payment and performance bonds. Additionally, the Davis-Bacon Act Wage Determination applicable to the project is identified. The scope of work is clarified, indicating that repairs may span multiple locations and not solely focus on a designated "seed" project. Various technical specifications are discussed, including acceptable flooring systems and materials, as well as work hours typically allowed for repairs. This RFP encapsulates federal contracting protocols and expectations for contractors, emphasizing compliance with specifications and efficient project execution.
Apr 3, 2025, 7:05 PM UTC
Apr 3, 2025, 7:05 PM UTC
The amendment of solicitation W51AA125R0022 by the ACC-APG Tobyhanna Division extends the offer due date from April 3, 2025, to April 7, 2025. This amendment incorporates Exhibit 5 - Questions and Answers and modifies the quantity of a specified item from 10 to 0. Key clauses related to insurance and payment protections have been included, requiring methods such as payment bonds or irrevocable letters of credit to safeguard contract performance. The solicitation indicates a firm fixed-price IDIQ contract award based on the best overall value, outlining comprehensive proposal submission instructions that necessitate price proposals, technical documentation, past performance examples, and bonding capacity proof. Additionally, a site visit is scheduled for April 1, 2025, with RSVP required by March 31, and any questions must be submitted by April 2, 2025. The document emphasizes the significance of compliance with RFP terms, warns that noncompliance may lead to rejection, and notes that the government intends to award without discussions. This solicitation amendment highlights a systematic approach to obtaining contractor proposals while ensuring regulatory and performance standards are met.
Apr 3, 2025, 7:05 PM UTC
The document outlines an amendment to a solicitation by the Tobyhanna Division of the Army, detailing the terms for a contract associated with a federal procurement. The amendment maintains the offer due date of April 7, 2025, while incorporating a corrected Wage Determination and a revised Questions and Answers exhibit. The solicitation anticipates awarding one Firm Fixed-Price Indefinite Delivery/Indefinite Quantity contract, guided by best overall value for the government. Offerors must submit comprehensive proposals, including pricing worksheets, technical submissions, and evidence of past performance. A site visit is scheduled for April 1, 2025, and questions regarding the solicitation must be submitted by April 2, 2025. Specific requirements include compliance with the Davis-Bacon Act for wage determinations and bonding capacity for performance guarantees. The government intends to award the contract without discussions, urging proposers to provide their best submissions initially. This amendment underscores proper documentation and adherence to stated guidelines to qualify for contract consideration.
Apr 3, 2025, 7:05 PM UTC
The document is an amendment to a solicitation from the ACC-APG, Tobyhanna Division, concerning contract W51AA125R0022. The amendment does not change the due date for offers but updates Exhibit 5 - Questions and Answers to Revision 2 and retains all other terms and conditions. It outlines that contractors must acknowledge receipt of the amendment via specified methods to avoid rejection of their offers. The effective date of the amendment is April 3, 2025, and relevant modifications to several attachments, including a Performance Work Statement and a Proposed Pricing Worksheet, have been documented. The amendment serves to ensure clear communication and updates regarding the solicitation process, critical for maintaining compliance and facilitating contractor engagement in federal procurement activities. Ultimately, this amendment is a routine update to ensure transparency and clarity within the contracting process.
The Tobyhanna Army Depot is engaged in the procurement of various resources through federal and state RFPs and grants. This initiative focuses on enhancing the depot's operational capabilities by securing support in logistics, technical services, and maintenance. The document outlines the specific needs for contractors who can provide innovative solutions and ensure compliance with military standards. Key areas of interest include supply chain management, information technology support, and the maintenance of equipment and systems vital for depot functions. The procurement process is designed to foster competitive bidding, ensuring that the best possible services are acquired to meet the Army's strategic objectives. This emphasizes the government's commitment to transparency and efficiency in its operations. Overall, the document serves as a call to relevant stakeholders to engage in the application process to meet the logistics and support demands of the Tobyhanna Army Depot.
Apr 3, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) details a five-year Indefinite Delivery Indefinite Quantity (IDIQ) service contract for epoxy floor repair at Tobyhanna Army Depot, with a potential six-month extension. The contractor is responsible for all necessary services, including obtaining licenses, permits, labor, materials, and management. The contractors must follow specific safety and quality standards while adhering to the quality assurance processes set by the government. The primary objectives include repairing existing flooring to eliminate hazards and ensuring compliance with both government and manufacturer specifications. The contractor's performance will undergo evaluation, and any defective work may lead to rejection and reinstallation at no extra cost. Work is to be coordinated to minimize disruption and adapt to the depot’s operational schedules, often requiring evening or weekend completion. Deliverables include safety documentation and adherence to various codes and environmental policies. The directive emphasizes the importance of adhering to established safety standards and procedures to avoid contract termination. This document serves as a foundational framework for ensuring high-quality epoxy floor repairs in a controlled and compliant manner, highlighting the contract's requirements for both the government and the contracting entity.
Apr 3, 2025, 7:05 PM UTC
The document outlines a Proposed Pricing Worksheet for an Invitation to Negotiate (RFP) related to the repair of epoxy floors for the government. It details various materials required, including different types of epoxy, fillers, sealers, and joint sealants, listed by individual units of measure (SQFT, LF, CY). The pricing structure is designed for multiple ordering periods spanning five phases, with the assertion that all costs will include labor, materials, and supervision related to these repairs. Task Order 01 refers specifically to Building 16 repairs and establishes a basis for evaluating proposals based on the pricing submitted by contractors for the first ordering period. The quantities must be verified by the contractor post-award, suggesting a clear procedure for ensuring compliance and accuracy in fulfilling the contract. Overall, this worksheet serves as a foundational document for the contractual relationship between the government and potential contractors focused on maintaining infrastructure through proper epoxy floor repair and management.
Apr 3, 2025, 7:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) for Epoxy Flooring at Tobyhanna Army Depot (TYAD) outlines procedures to monitor contractor performance during the upkeep of sanitary sewer lines and grease traps. Its mission emphasizes safety in the workspace, supporting the depot's logistics in Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) Systems. The QASP establishes a framework for assessing contractor compliance with performance standards set in the contract, detailing monitoring methods, personnel responsibilities, and documentation processes. Key roles include the Contracting Officer (KO), responsible for compliance and contractor fair treatment, and the Contracting Officer's Representative (COR), who provides technical oversight, conducts evaluations, and documents performance. Surveillance measures assess contractor adherence to quality standards and include a corrective action procedure for discrepancies and customer complaints. The QASP aims to proactively identify performance issues to minimize risks and ensure efficient project execution. Importantly, it is a dynamic document that adapts to changes in contractor performance while ensuring objective evaluation practices.
Apr 1, 2025, 5:04 PM UTC
This document outlines the prevailing wage determination for construction projects in Monroe County, Pennsylvania, specifically related to building construction, including work at the Tobyhanna Army Depot. Under the Davis-Bacon Act, contractors are required to adhere to wage rates specified in the document, which includes minimum pay rates of $17.75 per hour for covered workers under Executive Order 14026 or $13.30 per hour under Executive Order 13658, effective in 2025. The document details various construction classifications—such as electricians, laborers, and plumbers—along with their respective wage rates and fringe benefits. The prevailing wage rates are categorized by union, weighted union average, or survey rates, each with specific identifiers to denote the source of the rates. Additionally, the document addresses worker protections under related executive orders, including provisions for paid sick leave. Also included is a procedure for appeal regarding wage determination decisions, directing interested parties on how to challenge or request reconsideration of decisions made by the Wage and Hour Division of the Department of Labor. Overall, the purpose of the document is to ensure compliance with labor standards in federal and federally assisted construction contracts, aiming to safeguard fair wages and working conditions for construction workers.
Apr 3, 2025, 7:05 PM UTC
The document pertains to a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract specifically for epoxy floor repair services, with a bid submission due by April 3, 2025. The government aims to establish a firm fixed-price contract with a five-year ordering period, and proposals will be evaluated based on price, technical ability, and past performance. Offerors must include comprehensive submissions including pricing worksheets, technical descriptions, and relevant past performance examples. A site visit is scheduled prior to the proposal deadline, and questions must be submitted by April 2, 2025. The RFP highlights wage determination applicable under the Service Contract Act and specifies that proposals may include clauses related to telecommunications and environmental safeguards. The minimum contract value is set at $1,000, and maximum orders can reach $250,000. The government emphasizes compliance with all terms, making clear that proposals find acceptance based on their overall value while adhering to designated socio-economic business classifications, including small business and women-owned business guidelines. This RFP reflects the government's intention to obtain a reliable contractor for necessary flooring repairs while ensuring adherence to regulations and quality standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
On-Call Service for Pick up, Refinish, and Return of Assets for Tobyhanna Army Depot
Buyer not available
The Department of Defense is seeking qualified contractors to provide on-call services for the pickup, refinishing, and return of assets for the Tobyhanna Army Depot in Pennsylvania. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that encompasses all necessary tasks, supervision, labor, equipment, and materials, ensuring compliance with military specifications and quality standards. This service is critical for maintaining operational efficiency and adherence to military standards, with an emphasis on quality control and timely delivery. Interested businesses are encouraged to submit their capabilities and relevant information to Dean Berkovics at dean.m.berkovics.civ@army.mil, with responses due by the specified deadline.
Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
Buyer not available
The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
CSS 94031 - Replace Flooring
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the replacement of flooring at the Franklin USARC located in Pennsylvania. This project, designated as CSS 94031, is set aside for small businesses and falls under the NAICS code 236220, which pertains to construction in office buildings, with a size standard of $45 million. The estimated price range for this construction project is between $100,000 and $250,000, highlighting its significance in maintaining the operational readiness of the U.S. Army's 99th Readiness Division. Interested contractors should direct inquiries to Timothy McCleary or Sharon Wilson-Emmons via their respective emails, as all work must be completed in accordance with the provided Statement of Work.
INTERIOR PAINT AND FLOORING REPAIR: Presidio of Monterey Department of Public Works
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for interior paint and flooring repair at Building 622, located at the Presidio of Monterey, California. The project involves the removal of existing flooring materials and baseboards, installation of new rubber tile flooring, and painting of interior walls, all while ensuring the building remains operational during the renovations. This initiative is crucial for upgrading living and working conditions for military personnel, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 days post-award. Interested contractors must submit their qualifications and relevant experience by 1:00 PM Pacific Standard Time on May 7, 2023, to the designated email address provided in the announcement.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base, Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of Buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and DAFB Installation Facilities Standards. This project is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
ACC-APG, Tobyhanna Division FY25 Fair Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for various procurement contracts in fiscal year 2025. The opportunity encompasses a range of services and products, including maintenance for equipment, software renewals, and minor construction projects, with a focus on enhancing operational readiness and infrastructure at the Tobyhanna Army Depot. These contracts are primarily structured as firm-fixed-price or hybrid agreements, with many set aside for small businesses, reflecting the government's commitment to fostering competition and inclusivity in federal contracting. Interested vendors can direct inquiries to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or secondary contact Kellie Coar at kellieann.k.coar.civ@army.mil, with various solicitations expected to be released throughout FY25.
Pre-solicitation Synopsis Flooring and Carpet Requirements Contract
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is preparing to issue a presolicitation for a Firm Fixed-Price Requirements contract focused on carpet and flooring services. The contract aims to provide essential support for the installation, maintenance, and repair of various flooring types throughout the base, ensuring compliance with quality control and safety standards while minimizing disruptions in occupied buildings. This opportunity is set aside for small businesses under NAICS code 238330, with an estimated contract value of $5,712,221.87, covering a base year plus four optional years. Interested contractors should prepare for the formal solicitation, expected to be posted on SAM.gov around May 6, 2025, with quotes due by June 11, 2025; for further inquiries, contact Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil or Chloe Williams at chloe.e.williams.civ@army.mil.
Addition/Repair Medical Training Facility, B3120, Eglin Air Force Base, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the addition and repair of the Medical Training Facility B3120 at Eglin Air Force Base, Florida. This project involves constructing an addition that includes a concrete foundation, steel frame, HVAC systems, and various interior finishes, aimed at enhancing training and administrative functions for the facility. The contract, part of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), has an estimated value between $1,000,000 and $5,000,000, with proposals due by 10:00 AM ET on May 26, 2025. Interested contractors should direct inquiries to Charity Mansfield at charity.a.mansfield@usace.army.mil or Laura Phillips-Payne at laura.phillips-payne@usace.army.mil for further information.