Maryland Air National Guard Epoxy Floor Installation
ID: W50S8225R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7ND USPFO ACTIVITY MDANG 175MIDDLE RIVER, MD, 21220-2801, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

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

    The Department of Defense, specifically the Maryland Air National Guard, is seeking qualified contractors for the installation of epoxy flooring. This procurement aims to enhance the durability and functionality of the facility's flooring, which is crucial for maintaining operational efficiency and safety within the warehouse environment. The project falls under the NAICS code 238330 for Flooring Contractors and is categorized as a total small business set-aside, encouraging participation from small enterprises. Interested contractors can reach out to Kerry Guy at kerry.guy@us.af.mil or call 301-222-6021 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 90 days after receiving the notice to proceed, following a pre-bid conference scheduled for February 20, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy flooring must withstand significant wear from heavy vehicles and chemicals while ensuring slip resistance and compliance with quality specifications. Interested small businesses must submit their bids by March 6, 2025, at 10:00 AM CST, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil for further information.
    PORTNSY-M22 Remove and replace carpet, wood laminate and cubicles 1st and 2nd deck
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors to remove and replace carpet, wood laminate, and cubicles on the 1st and 2nd decks of a designated facility. This procurement aims to enhance the office environment by ensuring that the flooring and cubicle systems meet current standards and provide a functional workspace for personnel. The project falls under the NAICS code 238390, which pertains to Other Building Finishing Contractors, and is classified under the PSC code Z2AA for the repair or alteration of office buildings. Interested contractors, particularly those eligible under the 8(a) set-aside program, should reach out to Rachel Honecker at rachel.honecker@navy.mil or Taylor Carson at taylor.carson@navy.mil for further details and to express their interest in this opportunity.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit on February 18, 2025, to familiarize themselves with the project requirements, and inquiries must be submitted by February 20, 2025. For further information, contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    Bldg 1051 Repair Cracks and Floor Coating
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is soliciting proposals for the repair of cracks and the application of a new epoxy floor coating at Building 1051 in Keyport, Washington. The project entails grinding the existing flooring, patching concrete cracks, and applying the new coating, with an estimated contract value between $100,000 and $250,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with quality standards and environmental regulations. This procurement is part of the Bipartisan Infrastructure Law initiative, highlighting the importance of maintaining operational safety in air traffic control environments. The estimated budget for this project is between $50,000 and $100,000, with a site visit scheduled for February 7, 2025. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and interior renovation of Building 90131. This project aims to enhance the functionality and safety of the facility, which is crucial for supporting airfield operations. The procurement is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 236220, focusing on commercial and institutional building construction. Interested contractors can reach out to Richard Beaty at richard.beaty.3@us.af.mil or 850-884-2036, or Romeo Reyes at romeo.reyes.1@us.af.mil or 850-884-3288 for further details.
    Robins AFB LCMC/EBUG Lab Wall and Flooring Renovation
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for the renovation of the LCMC/EBUG Lab at Robins Air Force Base in Georgia. The project involves the removal and replacement of existing walls and flooring, specifically the installation of DIRTT walls and luxury vinyl tile (LVT) flooring, along with necessary electrical modifications. This renovation is crucial for establishing a new additive manufacturing lab, enhancing operational efficiency and compliance with modern construction standards. Interested small businesses must conduct a site visit within five days of the RFP release and submit their proposals within ten business days, with the anticipated award date around mid-February. For further inquiries, contact Christopher Spina at christopher.spina@us.af.mil or 478-222-3281.
    Armed Forces Recruiting Stations Tenant Improvements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for tenant improvements and security system installations at Armed Forces Recruiting Stations located in Maryland and other Mid-Atlantic states. The project involves comprehensive renovations, including aesthetic and functional upgrades such as the installation of wall graphics, carpet tiles, and new doors, as well as the repair and repainting of existing structures to create a modern and professional environment. This initiative is crucial for enhancing the usability and compliance of recruiting facilities, with an estimated contract value between $100,000 and $500,000. Interested contractors, particularly small and service-disabled veteran-owned businesses, must submit their capability statements by February 25, 2025, and should be registered in the SAM database to be eligible for contract award. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.
    Concrete, Stone and Asphalt Paving Materials
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is seeking sources for concrete, stone, and asphalt paving materials as part of a total small business set-aside procurement. The opportunity aims to acquire various types of construction materials, including ready-mix concrete with specific PSI options, modified and clean stone, and asphalt for infrastructure projects, with detailed transportation requirements outlined for efficient delivery. This procurement is crucial for supporting federal and local government construction initiatives, ensuring that contractors have a clear pricing framework for budgeting and compliance. Interested parties can reach out to Macy Wester at macy.wester.1@us.af.mil or call 215-323-7105 for further information.
    Removal and Installation of Exterior Fabric Liner on Building
    Buyer not available
    The Department of Defense, specifically the Air Force's 20th Contracting Squadron, is seeking contractors for the removal and installation of an exterior fabric liner on a building at Shaw Air Force Base. The project entails replacing an existing 60’ x 200’ fabric liner with a new liner of the same specifications, ensuring compliance with regulatory standards for debris disposal. This procurement falls under NAICS Code 332311, which pertains to Prefabricated Metal Building and Component Manufacturing, highlighting the importance of maintaining facility integrity and functionality. Interested contractors must submit their capabilities, including business size and past performance, by February 14, 2025, and can contact SSgt James Bridges at james.bridges.6@gmail.com or Daniel Kane at daniel.kane.8@us.af.mil for further information.