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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Dymax ER2300/CT2300 Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the replacement of the Dymax ER2300/CT2300 epoxy at the Anniston Army Depot located in Anniston, AL. This procurement aims to secure a suitable alternative for the specified epoxy, which is critical for various applications within the depot's operations. Interested vendors must submit their responses through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as email submissions will not be accepted. For further inquiries, potential respondents can contact Christopher Wells at christopher.r.wells36.civ@army.mil or by phone at 571-588-0974.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.