ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

B1122 Carpet Replacement

DEPT OF DEFENSE FA480326Q0062
Response Deadline
May 18, 2026
10 days left
Days Remaining
10
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through FA4803 20 CONS LGCA, is soliciting a small-business set-aside contract to replace carpet and related flooring at Building 1122, the Command Post/WOC facility at Shaw Air Force Base, South Carolina. The work includes furnishing labor, supervision, materials, and equipment to remove existing flooring, prepare subfloors, move office furniture, and install new carpet tile, VCT, cove base, and rubber stair nosing as a turn-key project. Performance must support a 24/7 operational facility with minimal disruption, escorted access for contractor personnel, and materials that meet durability and low-odor/low-VOC expectations; award will be based on technical acceptability for the first five lowest-priced offers. The current quote due date is May 18, 2026 at 2:00 PM EST, and the solicitation also requires acknowledgment of amendments and submission of the listed proposal information.

Classification Codes

NAICS Code
238330
Flooring Contractors
PSC Code
S214
HOUSEKEEPING- CARPET LAYING/CLEANING

Solicitation Documents

10 Files
WD Rev 28.pdf
PDF336 KBMay 8, 2026
AI Summary
No AI summary available for this file.
Statement of Work - Carpet.pdf
PDF88 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for a contractor to provide carpet and flooring installation services at the Command Post facility (Building 1122, Basement) at Shaw AFB, Sumter, SC. The project entails moving furniture, removing existing flooring, preparing subfloors with Feather Finish, and installing new Shaw Carpet Tile, Tarkett VCT, Johnsonite 6" cove base, and rubber stairnosing. All materials must meet high standards for durability, adhesion, and chip/scuff resistance, with a preference for low-odor and low-VOC formulations. The work must be performed with minimal disruption to the 24/7 operational facility, primarily during normal business hours (Monday-Friday, 0730-1630), with pre-approved exceptions. Contractor personnel will require escorted access. The government will provide site access, utilities, and specific color codes, but no tools, materials, or equipment. Deliverables include the completed installation and all specified materials. Command Post leadership will monitor quality, conduct inspections, and approve the project, with the contractor responsible for correcting any deficiencies at no additional cost.
Salient Characteristics - Carpet.pdf
PDF111 KBMay 8, 2026
AI Summary
The document outlines essential characteristics for carpet installation within the command post and wing operations center facility at Building 1122, Shaw AFB. This RFP requires a turn-key solution, including supervision, labor, materials, and equipment for flooring replacement. The contractor must handle site preparation, existing flooring removal, subfloor patching, and daily cleanup. Material specifications include commercial-grade modular carpet tile for heavy traffic, commercial-grade Vinyl Composition Tile (VCT) for utility areas, thermoplastic vinyl or rubber cove base, and heavy-duty rubber stair nosing. Performance requirements emphasize strict adherence to manufacturer instructions, minimal disruption to 24/7 operations, and quality assurance with defect correction at no additional cost.
Solicitation - FA480326Q0062.pdf
PDF465 KBMay 8, 2026
AI Summary
The solicitation FA480326Q0062 is a Request for Quote (RFQ) issued by FA4803 20 CONS LGCA for the replacement of carpet in Command Post WOC B1122. This acquisition is 100% set aside for small businesses, with a NAICS code of 238330 and a size standard of USD 19,000,000.00. Offerors must complete blocks 12, 17, 23, 24, and 30 of the form. The due date for offers is April 23, 2026, at 11:00 AM EST. The scope of work includes supplying and installing carpet tiles, removing existing flooring, and subfloor preparation. Payment will be processed through Wide Area WorkFlow (WAWF), and specific instructions for electronic submission of payment requests are provided. The evaluation factors for award are Technical, Past Performance, and Price. Offerors must include pricing for CLIN 0001, past performance details, discount terms, contractor information, and a signed copy of amendments. The offer prices must be valid until September 30, 2026. An ombudsman is available for concerns, but initial issues must be directed to the contracting officer.
Solicitation Amendment FA480326Q00620001 SF 30.pdf
PDF384 KBMay 8, 2026
AI Summary
Amendment 0001 to Solicitation FA480326Q0062, issued on April 21, 2026, by FA4803 20 CONS LGCA, modifies the original solicitation dated April 20, 2026. This amendment primarily addresses updates to the solicitation by adding a Questions and Answers document, scheduling a site visit for April 24, 2026, at 2:00 PM EST, and requiring the submission of a Base Access Request form by April 22, 2026, at 2:00 PM EST. Furthermore, it sets a new due date for additional questions for May 4, 2026, at 9:00 AM EST, and extends the quote due date to May 6, 2026, at 2:00 PM EST. The response due time has been changed from 11:00 AM to 2:00 PM, and the response due date from April 23, 2026, to May 6, 2026. The amendment also includes the
Shaw AFB Contractor Base Access Request Template 2025 (WORK PURPOSES).docx
Word56 KBMay 8, 2026
AI Summary
This document outlines the procedure for requesting access to Shaw Air Force Base for contractors, employees, or other individuals requiring entry. It details the information required for a background check, protected under the Privacy Act of 1974, which will be used solely to grant or deny access. Key information to be provided includes the requestor's details, the purpose and location of access, exact dates and times, and the sponsor's contact information. The sponsor, a CAC-holding individual, is responsible for the visitor and ensuring the return or deactivation of their DBIDS pass. The form emphasizes that it must be sent by the sponsor from a government email to specific 20 SFS/S-5V email addresses. Non-U.S. citizens require additional documentation, and all visitors must comply with Real ID Act identification requirements.
Solicitation Amendment FA480326Q00620002 SF 30.pdf
PDF377 KBMay 8, 2026
AI Summary
Amendment 0002 to Solicitation FA480326Q0062 extends the quote due date for offers to May 8, 2026, at 2:00 PM EST. This modification was issued on April 21, 2026, by FA4803 20 CONS LGCA at Shaw AFB, SC. The amendment specifies that all terms and conditions of the original solicitation remain unchanged, except for the revised deadline for offer submissions. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered.
Questions and Answers - 1122 Carpet Replacement.docx
Word155 KBMay 6, 2026
AI Summary
The document from the Department of the Air Force, 20th Fighter Wing (ACC) at Shaw Air Force Base, dated April 20, 2026, presents a question and answer regarding material quantities. Specifically, it addresses the square yardage for carpet tiles, the square feet for VCT (Vinyl Composition Tile), and the linear feet for cove base. The provided answer states that the carpet tiles cover 3,800 square feet, the VCT covers 144 square feet, and the cove base measures 949 linear feet. This document is typical of a response to a clarification request within a government procurement process, likely an RFP, where bidders seek precise material specifications to formulate accurate proposals.
Questions and Answers - 1122 Carpet Replacement (002).docx
Word158 KBMay 8, 2026
AI Summary
The Department of the Air Force's 20th Fighter Wing at Shaw Air Force Base is seeking services for flooring removal and installation, specifically addressing various questions and answers related to the project. The scope includes moving office furniture (desks, chairs, filing cabinets, safes), removing existing carpet (3,800 sq ft) and VCT (144 sq ft), and installing new carpet tiles in a straight lay pattern with transition strips. Key details include cleaning the VCT before project completion, removal by areas, and the preferred method of installing carpet and putting furniture back. The Air Force specifies Shaw products for carpeting but is open to options like Mohawk Group Duracolor Tricor if durability is a factor. Important considerations include health and safety protocols (no electronics allowed), and the selection of carpet based on price, color, style, and durability. Installers will not have access to food or drinks provided on-site, and there are no specific lodging recommendations or daily reporting officers.
Solicitation Amendment FA480326Q00620003 SF 30.pdf
PDF389 KBMay 8, 2026
AI Summary
Amendment 0003 to Solicitation FA480326Q0062, issued on May 8, 2026, by FA4803 20 CONS LGCA, modifies the original solicitation. The primary purposes of this amendment are to extend the quote due date from May 8, 2026, to May 18, 2026, at 2:00 PM EST, and to incorporate a questions and answers document. Additionally, the evaluation factors for award have been revised to state that the government will now evaluate the first five lowest-priced offers for technical acceptability, assigning a rating of acceptable or unacceptable. This updates the previous method of evaluating the first three lowest-priced offers. All other terms and conditions of the solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 20, 2026
amendedAmendment #1Apr 20, 2026
amendedAmendment #2Apr 21, 2026
amendedAmendment #3May 6, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 18, 2026
expiryArchive DateJun 2, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4803 20 CONS LGCA

Point of Contact

Name
Jeesenia Nauta Criollo

Place of Performance

Charleston AFB, South Carolina, UNITED STATES

Official Sources