162nd Epoxy Flooring
ID: W50S6S25QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MV USPFO ACTIVITY AZANG 162TUCSON, AZ, 85706-6060, USA

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of epoxy flooring at the Missile Maintenance Bay in Building 41, Morris Air National Guard Base, Tucson, Arizona. The project involves the removal of existing flooring, repair of cracked cement, and application of new epoxy flooring covering approximately 2,500 square feet, with a completion timeline of 45 days from contract award. This procurement is a total small business set-aside, with an estimated contract value of $19 million, and interested vendors must submit their quotes by the specified deadline, including a technical narrative and pricing details. For further inquiries, vendors can contact Larry Oldford at larry.oldford@us.af.mil or 520-295-6119, and the site visit is scheduled for April 23, 2025, at 9:00 AM Arizona time.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for installing epoxy flooring in the Missile Maintenance Bay at Building 41, Morris Air National Guard Base, Tucson, Arizona. The contractor is responsible for removing the existing non-repairable flooring and replacing it with new epoxy flooring covering approximately 2,500 square feet. The entire project must be completed within 45 days of contract award, during standard operating hours from 0600 to 1800 on weekdays, excluding recognized holidays or facility closures. The contractor must adhere to quality control measures as detailed in Technical Exhibit 1 and follow specific security and operational protocols. These include ensuring personnel possess necessary qualifications and comply with installation access and security policies. Additionally, the contractor is prohibited from teleworking and must respect the installation's regulations concerning safety, security, and communication. Key deliverables include the complete removal of old flooring and the successful application of new epoxy flooring, with quality assessment based on defined acceptable standards. The government will conduct periodic inspections to ensure compliance. This project reflects the government’s commitment to maintaining its facilities, ensuring safety and operational efficiency while adhering to regulatory standards.
    The document outlines the evaluation criteria for awarding a firm fixed-price purchase order in response to a Request for Quote (RFQ) per FAR 52.212-2. The evaluation focuses on selecting the most advantageous offer based on price and technical capability, where price is a crucial factor. Offerors must submit a comprehensive financial breakdown, including costs for materials, shipping, taxes, and any subcontracting, while ensuring the prices are reasonable and balanced. Additionally, technical capability is assessed through a required narrative detailing how the tasks outlined in the Performance Work Statement will be accomplished, including a list of relevant resources. Proposals must address the entire requirement; partial submissions will be deemed unacceptable. The award may occur without discussions, emphasizing the importance of submitting the best initial offer. Past performance will be evaluated using various public databases to ensure contractors meet specified standards of responsibility, integrity, financial resource capability, and necessary technical skills. The document's purpose is to provide a framework for the competitive procurement process while ensuring compliance and reliability in contractor selection for government needs.
    The National Guard (NG) Agency Protest Procedures establish an Alternative Dispute Resolution framework for parties to address concerns regarding contract awards without resorting to the Government Accountability Office (GAO). Protests can be submitted to either the Contracting Officer or the NG Agency’s Protest Decision Authority, with the goal of resolving issues within 35 calendar days. To be considered timely, protests must align with the timelines outlined in FAR 33.103. Interested parties should direct their protests to the specified address, ensuring clear communication of their intention to use the NG Agency Protest Program. General information on NG protest procedures is publicly accessible on the National Guard’s website, contributing to transparency in the contracting process. This program aims to streamline dispute resolution related to federal contracts and uphold performance and award integrity while providing an expedited alternative to formal protests. Understanding the procedural guidelines will benefit stakeholders engaged in NG procurements and contract management.
    This document outlines a solicitation for a federal contract aimed at Women-Owned Small Businesses (WOSBs) specifically for the provision of epoxy flooring services at a military facility in Tucson, AZ. The total award amount is approximately $19 million, with services including the removal and disposal of existing flooring, repair of cracked cement, and application of new epoxy flooring, detailed in a performance work statement. The contracting process follows established federal acquisition regulations and incorporates clauses pertaining to small business participation, ensuring compliance with requirements that support economically disadvantaged women-owned and other small businesses. The solicitation specifies provisions for evaluation of bids, deadlines for submissions, pricing arrangements, and the schedule for performance, indicating a clear timeframe for project completion from May to July 2025. The document serves as a formal request for proposals (RFP) and emphasizes the federal government's commitment to supporting small business participation in federal contracting opportunities.
    The document outlines the requirements and guidelines for a flooring renovation project, specifically focusing on the application of epoxy in a military facility. Existing flooring includes concrete and carpet, which needs to be removed along with cove base installations. The contractor is responsible for patching gaps but not for moving equipment, as military personnel will clear the area. The renovation must occur in phases, allowing only partial space occupancy at a time, and work is restricted to specified hours without weekend extensions. Vendors are encouraged to propose suitable epoxy types and must include provisions for moisture barriers as part of their pricing. While restroom access and temporary power are confirmed, no hazardous materials reports are available from the government. The project aims to ensure high-quality, durable flooring while adhering to safety standards and operational efficiency throughout the renovation process.
    The document outlines a federal Request for Proposals (RFP) and associated grant opportunities focusing on community health initiatives. It aims to solicit innovative projects that address healthcare access disparities in underserved populations. Key components include eligibility criteria for applicants, funding amounts, and application deadlines. The RFP encourages collaboration between public health agencies and local organizations to formulate and implement effective health interventions. It emphasizes the importance of data-driven approaches and community engagement in project design. The document highlights expected outcomes such as improved health metrics and long-term sustainability of initiatives. In conclusion, this RFP serves as a vital tool for federal support in enhancing public health services, ensuring equitable access across diverse communities.
    This government file outlines a Request for Proposals (RFP) related to federal grants aimed at enhancing local community services through innovative solutions. The primary objective is to solicit proposals from qualified organizations that can demonstrate successful strategies for improving access to resources, promoting economic development, and fostering community engagement. Key elements include specifications for applicants, expected project outcomes, evaluation criteria, and budget guidelines. The document encourages collaboration among various stakeholders, emphasizing the importance of sustainable practices and measurable impacts. Additionally, it highlights the significance of aligning project goals with federal priorities, ensuring accountability and transparency throughout the process. Overall, the RFP aims to empower local entities to address foundational challenges by implementing practical and creative approaches that benefit the community effectively.
    Lifecycle
    Title
    Type
    162nd Epoxy Flooring
    Currently viewing
    Solicitation
    Similar Opportunities
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 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.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    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.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.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.
    F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a 25,000 square foot, 3-bay aircraft maintenance hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project aims to support the beddown of the F-35 aircraft, highlighting its strategic importance to military operations. The procurement will follow a best value trade-off method as outlined in FAR Part 15, with an estimated construction cost between $25 million and $100 million. Interested contractors can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Brian Welch at brian.j.welch@usace.army.mil for further details.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Papago Park
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Omaha District, is seeking small business contractors for a project at Papago Park, Arizona. The procurement involves relocating an existing Automatic Tank Gauge (ATG) console, installing a new Veeder Root TLS-450 ATG, demolishing the current POL operations building, and various site preparation tasks including capping water and sewer lines, concrete foundation removal, and asphalt pavement construction. This project is crucial for maintaining and upgrading fuel supply facilities, ensuring operational efficiency and safety. Interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or 402-995-2480, or Brandon Hobbs at brandon.s.hobbs@usace.army.mil for further details, and must refer to the Sources Sought document for submission requirements.