Cheyenne Mountain SFS Carpet Installation
ID: FA251725Q00411Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the United States Space Force, is soliciting quotes for the installation of carpet tiles at Cheyenne Mountain Space Force Station in Colorado. This procurement is a 100% Small Business Set-Aside, specifically targeting flooring contractors under NAICS code 238330, with a size standard of $19,000,000. The project involves providing all necessary labor, materials, and equipment to install new carpet, including the removal of existing flooring and adherence to strict security and environmental protocols. Interested vendors must submit their quotes by May 12, 2025, following the guidelines outlined in the combined synopsis/solicitation, and are encouraged to attend a site visit on May 1, 2025, for further clarification. For additional inquiries, vendors can contact William R. Dabbs at william.dabbs.1@spaceforce.mil or SrA Dobhriste at cristina.dobhriste.1@spaceforce.mil.

    Files
    Title
    Posted
    The Statement of Work outlines requirements for the purchase and installation of carpet and cove base at the Cheyenne Mountain Space Force Station. The contractor must provide all necessary labor, materials, and equipment to complete installations in specified rooms across various buildings within the facility. Key tasks include the removal of existing flooring, installation of new carpet adhering to government standards, and disposal of removed materials. Specific carpet specifications include commercial-grade tiles of 24x24 inches with quick-release adhesive and low VOCs. The contractor is also responsible for moving furniture, coordinating with government representatives for internet cabling, and ensuring thorough site cleanliness. A one-year warranty for workmanship and materials is mandated, alongside rigorous safety and environmental compliance procedures. Security measures stress restricted access to the facility requiring necessary passes and escorts, while adherence to environmental regulations for hazardous materials is crucial. The overall aim of the project is to enhance facility conditions while maintaining compliance with safety, environmental, and regulatory standards, key in fulfilling government contracts and local directives.
    The United States Space Force is soliciting quotes for the installation of carpet tiles at Peterson Space Force Base, Colorado, under solicitation FA251725Q0041. This is a 100% Small Business Set-Aside for flooring contractors, with the NAICS code 238330 and a size standard of $19,000,000. The combined synopsis/solicitation emphasizes that quotes must be submitted by May 12, 2025, and involve carpet material, adhesive, and installation across specified building and room locations. A site visit is scheduled for May 1, 2025, for interested vendors. Evaluation of quotes will be based on price and technical documentation, ensuring compliance with the stated requirements. The selected contractor will be awarded a Firm-Fixed Price contract, with work to be completed within 45 days post-award. Vendors must be registered in the System for Award Management (SAM) to qualify, and late submissions may not be considered. Proper submission format and detailed documentation are essential for a successful quote.
    The United States Space Force is soliciting quotes for a carpet installation project at Peterson Space Force Base (SFB), specifically for the Cheyenne Mountain SFS Building 2000. This solicitation, identified as FA251725Q0041, is a 100% Small Business Set-Aside under NAICS code 238330 (Flooring Contractors). Interested vendors must submit quotations by May 7, 2025, and comply with all outlined requirements for eligibility. A site visit is scheduled for May 1, 2025, for interested parties to assess the project scope. The Government will evaluate quotes based on price and technical documentation, awarding the contract to the lowest priced, acceptable offer. Failure to meet the specified requirements may render a quote unacceptable. Each submission should provide a complete quote, technical documentation, and necessary company information, with strict adherence to submission guidelines regarding format and size. The purchasing agreement will be a Firm-Fixed Price contract with completion required within 45 days after contract award. Overall, this solicitation represents an opportunity for small businesses to engage in a government contract while ensuring compliance with federal acquisition regulations.
    The memorandum from the Department of the Air Force, specifically the United States Space Force, addresses interested vendors regarding solicitation FA251725Q0041 for carpet installation at Cheyenne Mountain Space Force Station. It summarizes responses to questions raised during a site visit on May 1, 2025. The key details include information about approved escorts for site access, delivery specifics for materials, and details concerning the relocation of furniture and electronics. The document clarifies that while personal items can be moved, workstation electronics are not included in this provision. Furthermore, it outlines preparation for the existing threshold, stipulating its careful removal and reinstallation during the flooring work. Vendors are encouraged to submit comprehensive quotes and can reach out to the Contracting Officer for further inquiries. This memorandum serves as an essential guideline for participating vendors, ensuring they adhere to the expectations and requirements set forth for the flooring project at the facility.
    The Statement of Work outlines the requirements for the installation of carpet and cove base at the Cheyenne Mountain Space Force Station, scheduled for completion on May 2, 2025. The contractor is tasked with providing all necessary labor, materials, and equipment to install new carpet in specified buildings and rooms, following guidelines that include removing existing flooring, ensuring minimal environmental impact, and adhering to security protocols due to the station's restricted access. The installation must comply with manufacturer specifications for carpet type and installation patterns and is subject to government approval during and after the process. Additional responsibilities include moving furniture, disposing of old materials, and coordinating installation schedules with the government while maintaining compliance with environmental regulations and safety standards. The contractor is also required to provide a warranty for the materials, submit reports on recycled content, and adhere to strict hazardous materials management procedures. Overall, the document emphasizes meticulous planning and execution to fulfill the needs of the Space Force Station while ensuring security and environmental compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    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.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    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.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.