525 FS Flooring Replacement at JBER, AK - Amendment 0001
ID: FA500025Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, 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 U.S. Air Force, is soliciting quotes for the flooring replacement project at Building 9694, Joint Base Elmendorf-Richardson (JBER), Alaska. The project involves the removal of old carpet and the installation of approximately 16,252 square feet of luxury vinyl tile, along with rubber base cove and door transitions, requiring contractors to manage all aspects of the work, including material provision and coordination with building occupants to minimize disruptions. This procurement is part of a total small business set-aside initiative, emphasizing the importance of maintaining facility infrastructure while supporting small businesses in federal contracting. Interested contractors must submit their quotes by May 15, 2025, and can direct inquiries to Contract Specialist A1C Brendon Yellott or Contracting Officer SSgt Tulay Urganci via the provided contact information.

    Files
    Title
    Posted
    The U.S. Air Force at Joint Base Elmendorf-Richardson seeks contractors to facilitate flooring upgrades in Building 9694. This project entails removing old carpet and installing approximately 16,252 square feet of dark grey luxury vinyl tile, along with rubber base cove and door transitions. The contractor is responsible for all aspects of the project, including providing materials, moving furniture, and ensuring the area is safe for use post-installation. Coordination with building occupants is essential to minimize disruptions. Key tasks include adhering to scheduled work hours, maintaining safety protocols, and having a contingency plan for emergencies. All chemicals used must be properly labeled and stored, with specific regulations regarding the use of certain materials like paint strippers. The success of this initiative hinges on quality standards and final inspections conducted by a designated Air Force representative. The project emphasizes professionalism and compliance with regulatory requirements to enhance the facility’s functionality while maintaining operational integrity.
    The document pertains to joint projects at Joint Base Elmendorf-Richardson, Alaska, involving record as-built drawings for federal construction projects. It serves as a reference sheet containing key information such as project numbers, contract details, and drawing specifications. The comprehensive file includes a list of drawings indexed with identification numbers, which appear to document various construction phases and revisions. Such as-built drawings are essential for maintaining accurate records of modifications made during construction, ensuring compliance with project specifications, and facilitating future maintenance. Additionally, the file adheres to specific drawing scales and integrates important identifiers, contributing to organized project documentation that supports governmental review, oversight, and potential audits. This streamlined approach exemplifies efficient management within federal grant and request for proposal (RFP) processes, underscoring the importance of precise documentation for successful project execution.
    The document appears to be an incomplete or corrupted government file related to federal and state RFPs and grants. While the specific content is illegible, it seems to involve tracking or referencing multiple identification numbers associated with RFPs or funding requests. The absence of coherent text suggests that the document may contain sensitive or structured data, likely related to proposed projects or programs seeking federal or state funding. These RFPs are crucial for delineating project scopes, identifying funding opportunities, and providing potential contractors with the necessary information to prepare proposals. However, due to the corruption of the file, specific details regarding individual RFPs or grants cannot be extracted. This highlights the importance of document integrity and data management in government operations to ensure transparency and effective communication within procurement processes.
    Satori Group's report to the 773 Civil Engineer Squadron details the results of asbestos bulk sample analyses from Building 9694 at JBER, Alaska, which were collected on September 30, 2024. The samples were analyzed under strict Chain of Custody by LA Testing, an NVLAP-accredited laboratory, using polarized light microscopy in accordance with EPA guidelines. All samples tested negative for asbestos, and the report emphasizes confidentiality, stating that results will not be shared without prior written approval. This analysis is crucial for ensuring safety and compliance during any renovation or demolition activities, aligning with regulations surrounding asbestos management in federal and local projects. Further technical support is offered, alongside the laboratory report and Chain of Custody forms as attachments.
    The document outlines Wage Determination No. 2015-5681 by the U.S. Department of Labor, applicable under the Service Contract Act (SCA) for contracts awarded in Alaska, particularly in the Anchorage and Matanuska-Susitna boroughs. It specifies benchmark minimum wage rates for various occupations, mandating at least $17.75 per hour for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified. The determination includes a comprehensive listing of occupations with corresponding wage rates, along with mandated fringe benefits such as health and welfare, vacation, and paid holidays. Additionally, it discusses requirements for paid sick leave under Executive Order 13706 and outlines the conformance process for unlisted job classifications. Emphasizing compliance with federal wage standards, the document intends to ensure fair compensation for workers engaged in government contracts, thereby promoting equity in federally funded services and projects. It serves as a critical reference for contractors bidding on federal RFPs and grants, ensuring they adhere to labor regulations within their contracts.
    The Department of the Air Force has issued Amendment 0001 to solicitation FA500025Q0021 concerning the flooring and carpet replacement for the 525 Fighter Squadron at Joint Base Elmendorf-Richardson, Alaska. This amendment serves to provide specific updates, including Attachment 6, which contains answers to previously raised questions, and Attachment 7, which outlines the price schedule for the project. All original terms and conditions of the solicitation remain unchanged and fully in effect. For further inquiries regarding the amendment, interested parties can contact Contract Specialist A1C Brendon Yellott or Contracting Officer SSgt Tulay Urganci via provided email addresses and phone numbers. This document outlines essential administrative changes to facilitate the contracting process under federal procurement guidelines.
    The Department of the Air Force's 673d Contracting Squadron is soliciting quotes for a flooring and carpet replacement project for Building 9694 at Joint Base Elmendorf-Richardson, Alaska, as part of a 100% Small Business set-aside. The solicitation, identified as FA500025Q0021, seeks procurement of materials, tools, and labor to remove old carpet and install new vinyl tile and base coves within a specified timeframe of 45 calendar days. Vendors are instructed to submit complete quotes, including technical summaries and pricing schedules by the due date of 15 May 2025. Evaluation will be based on price and technical acceptability criteria, with awards made to the lowest-priced compliant bidder. The document outlines compliance with various Federal Acquisition Regulation (FAR) clauses and provides important details for contractor engagement, including a site visit on 1 May 2025 and a mechanism for inquiries. This procurement reflects the Air Force's initiative to maintain and improve facility infrastructure while supporting small businesses in federal contracting.
    The document addresses the flooring and carpet replacement project for the 525 Fighter Squadron, providing responses to contractor inquiries. Key points include limitations on furniture storage, necessitating strategic planning to ensure minimal disruption to operations, with furniture likely moved to hallways during the process. The initial 45-calendar-day delivery period has been extended to 60 days following concerns regarding material lead times and the need for furniture relocation. Specifications for adhesive materials allow flexibility, requiring that they do not compromise flooring quality. The project timeline is contingent on user coordination post-award, with a job duration set for 60 days from the award date. Additionally, a pricing schedule referenced in the solicitation is available in Attachment 7. This Q&A reflects the project's procedural clarifications typical in federal RFPs, ensuring all parties have a clear understanding of requirements and expectations before project initiation.
    The document outlines a Request for Proposal (RFP) for the flooring and carpet replacement project for the 525 Fighter Squadron. It details the required materials, tools, equipment, and installation services necessary for the project, highlighting two primary components: the supply of materials and the labor for installation. Specifically, it identifies that the contractor will provide a complete lot of materials for installing vinyl tiles, base coves, and door transitions, in accordance with the specified Statement of Work. Additionally, the removal and installation labor will be encompassed within another lot. The presentation of the price schedule indicates a pricing structure emphasizing a total price for the entire scope of work. This RFP aims to solicit qualified contractors capable of delivering quality flooring solutions, underlining the importance of adherence to specified guidelines and bidding according to the outlined costs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    Fiber J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    A&E Repair Arctic Ave; FTQW 26-1302
    Dept Of Defense
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.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.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    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.
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.