LOOSE LAY INTERLOCK VINYL TILE
ID: FA301624Q5221Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Floor Covering Retailers (449121)

PSC

FLOOR COVERINGS (7220)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 3,255 square feet of loose lay interlock vinyl tiles in the color Titanium, as outlined in solicitation FA301624Q5221. This procurement is exclusively reserved for small business concerns under NAICS code 449121, emphasizing the need for compliance with specific product specifications, including a total thickness of 6mm and a 2mm wear layer, while adhering to various ASTM standards for performance and safety. The tiles are intended to enhance workplace efficiency and safety in government facilities, with a focus on ergonomic benefits and durability. Quotes are due by September 17, 2024, and interested vendors must ensure registration with the System for Award Management (SAM) and submit their proposals to the designated contacts, Emily Deck Sanders and Andrew Hernandez, for consideration.

    Files
    Title
    Posted
    The 12 MXS/MXMT proposal outlines specifications for Loose Lay Interlock Vinyl Tiles, aiming to ensure compatibility with existing flooring to enhance ergonomic safety and workplace efficiency. Key characteristics include a total thickness of 6mm and a 2mm wear layer, with dimensions of 25”x25” (635mmx635mm). The tiles must meet various ASTM standards for static load, rolling load, indentation hardness, slip resistance, and fire rating. Additionally, the product features interlocking dovetail joints, a titanium color, and is 100% recyclable with a polyurethane-treated surface. The tiles offer a 10-year warranty, ergonomic benefits, and a noise reduction of 19dB while being durable and resistant to spills. This proposal serves as part of a federal or local funding initiative, highlighting the importance of high-quality materials that support safety and comfort in government workspaces. Ensuring compliance with specific standards, the document aims to facilitate an efficient procurement process for the requested flooring solution.
    This document comprises a solicitation numbered FA301624Q5221 by the federal government, detailing clauses required for compliance in contracts involving commercial products and services. The key aspects include a comprehensive list of clauses dealing with several topics, such as employee rights, procurement regulations, and contract modifications. It emphasizes requirements such as the prohibition on the acquisition of covered telecommunications equipment, the necessity for electronic invoicing through the Wide Area WorkFlow (WAWF) system, and compliance with provisions related to small businesses, including veteran-owned and women-owned businesses. The central purpose of this document is to ensure vendors are aware of their obligations when submitting proposals for government contracts, including adherence to various federal regulations. It outlines necessary representations and certifications concerning topics such as child labor, foreign end products, and tax compliance. The structure systematically organizes clauses, starting from general requirements and moving into specific clauses related to contract terms. This solicitation underlines the government’s commitment to transparency, integrity, and statutory compliance, establishing a clear framework for vendors engaging in federal procurement.
    This document outlines a request for quote (RFQ) pertaining to a supply order for 3,255 square feet of loose lay interlock vinyl flooring in the color Titanium. It specifies the need for compliance with attached salient characteristics and inquires if the vendor has electronic invoicing capabilities through Washington state’s system. Required information includes company name, terms of payment, unique entity identifier (UEID), cage code, point of contact, phone number, email, unit price, and total price. The structured format contains sections to confirm delivery dates and final pricing. This RFQ is part of government procurement processes, highlighting the systematic approach taken in securing appropriate materials while ensuring vendor compliance and capability in processing invoices electronically. The emphasis on operational details indicates a thorough vetting process for suppliers engaged in government contracts.
    The RFQ FA301624Q5221 pertains to a federal request for quotations for the procurement of 3,255 square feet of loose lay interlock vinyl tiles, specifically in the color Titanium, with quotes due by September 17, 2024. This solicitation is exclusively reserved for small business concerns under the NAICS code 449121, with a threshold for average annual receipts set at $9 million. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, focusing on both pricing and compliance with detailed salient characteristics related to product specifications, including thickness, load standards, and fire ratings. Quotes must be adequately detailed with pricing, product features, and submitted via specified contacts. Vendors must also ensure registration with the System for Award Management (SAM) and include required certifications to be considered for contract award. Additionally, the government retains the right to cancel the RFQ at any time without incurring liability for costs incurred by offerors. This procurement emphasizes accountability to small businesses while specifying clear guidelines for tender submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bldg. 328 CES Carpet Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for carpet installation services at Building 328, Joint Base Langley-Eustis, Virginia. The project involves the installation of new carpet across a total area of 21,863 square feet, with specific exclusions for non-carpeted areas and requirements for anti-static carpet in designated sections. This procurement is crucial for maintaining operational efficiency and compliance with government facility management standards. Interested small businesses must submit their proposals by September 18, 2024, and direct any inquiries to 2d Lt Mandisa Peters at mandisa.peters.1@us.af.mil or Mr. Corey Powell at corey.powell.1@us.af.mil, with a site visit scheduled for September 10, 2024.
    TILE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of a specialized tile, identified by NSN 2090 015856238. This procurement requires engineering source approval to ensure the quality of the part, necessitating that suppliers possess unique capabilities and manufacturing knowledge as approved sources. The tile is critical for use in naval applications, and the contract mandates compliance with various quality assurance and inspection standards, including MIL-STD packaging requirements. Interested contractors must have a valid U.S. security clearance and are encouraged to submit their procurement quotes to Kim Myers at Kimberly.M.Myers.civ@us.navy.mil, with the contract following all Defense Priorities and Allocations System regulations.
    50 CONS Carpet on USAF Carpet Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Contracting Squadron, is soliciting bids for the installation of new carpeting in rooms 260, 261, and 268 of Building 210 at Schriever Space Force Base in Colorado. This procurement involves a firm fixed-price contract for the removal of existing carpet and installation of Mohawk QB436 Framed Structure: Color 989 Charcoal Carpet Tile, along with necessary rubber base and transitions, with a focus on compliance with the Trade Agreement Act. The opportunity is set aside for small businesses, with responses due by September 19, 2024, at 1300 Mountain Time, and interested contractors are encouraged to contact John A. Hughes or Evan Eschenburg for further details.
    Chapman Carpet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for carpet and rug supplies under the RFQ Number FA301624Q5228. This procurement is part of the Air Force Furnishings Commodity Council's Mandatory Carpet Program Tier I contracts, and it includes updated specifications and acknowledgment of receipt requirements as outlined in the recent amendment. The goods are essential for maintaining operational facilities, ensuring a safe and functional environment for personnel. Interested vendors should note that funding is not currently available, and no awards will be made until funds are secured; for inquiries, contact Logan Smith at logan.smith.51@us.af.mil or 210-671-1722.
    7220--PM&R/Prosthetics Flooring Phase 1 RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quotation (RFQ) for the procurement and installation of luxury vinyl tile (LVT) flooring at the Baltimore VA Medical Center. The project entails the supply of 1,764.41 square feet of LVT, base materials, and the removal of existing damaged carpet, with installation required in various areas such as waiting rooms and offices by December 31, 2024. This initiative is part of the VA's commitment to enhancing healthcare environments for veterans, ensuring compliance with performance, durability, and environmental standards. Interested vendors should submit their quotes electronically to Contract Specialist Michael Jones at michael.jones16@va.gov by September 19, 2024, at 10:00 AM EST, and must adhere to wage determinations outlined in the Service Contract Act.
    58--TILE,RUBBER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 5,000 units of rubber tile, identified by NSN 1H-5840-014645007, under a presolicitation notice. This procurement requires engineering source approval to ensure the quality of the part, necessitating that any alternate sources must qualify according to the design control activity's procedures approved by the relevant Government engineering activity. The rubber tile is critical for radar equipment applications, and the Government intends to negotiate with only one source under FAR 6.302-1, although all responsible sources may express their interest and capability to fulfill the requirement. Interested parties should contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil for further details.
    AU HQ Carpet - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for carpet renovation services in Building 800. The procurement involves replacing existing carpet, including the provision of necessary materials, labor, and installation, with a focus on compliance with federal acquisition regulations and local codes. This project is part of the government's ongoing commitment to maintaining military infrastructure and is set aside exclusively for small businesses, emphasizing the importance of small business participation in federal contracting. Interested contractors must attend a mandatory site visit on September 13, 2024, and submit their written quotes by September 20, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Carpet Renovation Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking quotes for Carpet Renovation Services for Building 1400. The contractor will be responsible for providing all necessary labor, materials, and equipment to replace the existing carpet, ensuring compliance with applicable regulations, including environmental management standards, and completing the work within 120 days of the Notice to Proceed. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of utilizing small businesses for government contracts. Interested contractors must submit their quotes by September 19, 2024, and are encouraged to attend a site visit on September 12, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Carpet Replacement at Seymour Johnson AFB
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for carpet replacement services at Seymour Johnson Air Force Base (SJAFB) in North Carolina, specifically for Buildings 4534 and 5015. The project entails the removal of existing broadloom carpet and the installation of carpet tiles, requiring contractors to provide all necessary labor, materials, and equipment in accordance with the Air Force Carpet Acquisition Program and applicable standards. This procurement is significant for maintaining and upgrading military infrastructure, with a total contract value estimated at approximately $19 million, specifically set aside for small businesses. Interested contractors should RSVP for a mandatory site visit scheduled for September 10, 2024, and submit their proposals by the extended deadline as outlined in the solicitation amendments. For further inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Aaron VanVynckt at aaron.vanvynckt.1@us.af.mil.
    26 WPS Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the installation of sound transmission code (STC) 49 wooden doors with metal frames at 26 WPS on Nellis Air Force Base, Nevada. The project entails the removal of existing doors, installation of new doors, and ensuring compliance with specified sound transmission ratings, along with the installation of electronic locks and proper sealing. This procurement is crucial for enhancing facility security and sound insulation, with a total small business set-aside under NAICS code 238290. Interested vendors must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.