5 Year Task Order Contract for Epoxy Flooring Repairs and Maintenance
ID: W51AA1-25-R-0014Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW0ML USA DEP TOBYHANNATOBYHANNA, PA, 18466-5079, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) task order contract focused on epoxy flooring repairs and maintenance at the Tobyhanna Army Depot in Pennsylvania. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment, to execute repairs that address tripping hazards and replace epoxy flooring across multiple locations, while adhering to federal safety standards and a defined Quality Assurance Surveillance Plan. This procurement is critical for maintaining safety and operational efficiency within the facility, with the anticipated solicitation release expected between late January and early February 2025. Interested parties should direct inquiries and responses to Mark Buonomo at mark.buonomo2.civ@army.mil by the specified deadline, as this notice is for market research purposes only and does not constitute a solicitation.

Point(s) of Contact
Files
Title
Posted
The Statement of Work (SOW) for the Epoxy Floor Repair outlines a five-year Indefinite Delivery Indefinite Quantity (IDIQ) service contract to restore epoxy flooring at Tobyhanna Army Depot. The contractor must provide all necessary resources, including labor, materials, equipment, and adherence to federal safety standards, while ensuring quality through a defined Quality Assurance Surveillance Plan. The services involve repairing tripping hazards and replacing epoxy flooring across multiple locations, requiring coordination with the government to minimize operational interference. The contract specifies a minimum of 500 square feet and a maximum of 4,000 square feet for repairs, highlighting the contractor's obligation to submit material samples, a Job Hazard Analysis, and safety plans with their proposal. Performance metrics such as adherence to manufacturer specifications and prompt communication upon notifications are emphasized. The contractor must utilize recommended materials, ensuring compliance with rigorous quality standards such as ASTM specifications. The document reflects the government's commitment to maintaining safety and efficiency in facility management while requiring a structured approach to contractor performance and reporting. Overall, this SOW is a call for efficient, compliant, and high-quality repair services under federal procurement guidelines.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
162nd Epoxy Flooring
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of epoxy flooring at the Morris Air National Guard Base in 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 value of $19 million, emphasizing the government's commitment to supporting small businesses, particularly Women-Owned Small Businesses (WOSBs). Interested vendors must submit their quotes by the specified deadline and can contact Larry Oldford at larry.oldford@us.af.mil or 520-295-6119 for further information.
Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
Buyer not available
The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
INTERIOR PAINT AND FLOORING REPAIR: Presidio of Monterey Department of Public Works
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for interior paint and flooring repair at Building 622, located at the Presidio of Monterey, California. The project involves the removal of existing flooring materials and baseboards, installation of new rubber tile flooring, and painting of interior walls, all while ensuring the building remains operational during the renovations. This initiative is crucial for upgrading living and working conditions for military personnel, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 days post-award. Interested contractors must submit their qualifications and relevant experience by 1:00 PM Pacific Standard Time on May 7, 2023, to the designated email address provided in the announcement.
80--EPOXY PAINT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Epoxy Paint, Navy Formula 186, Type I, under the NAICS code 325510. This procurement involves the manufacture and supply of a specialized paint that meets military specifications, including First Article Testing and Production Lot Testing requirements to ensure compliance with quality standards. The paint is crucial for use on submarines and surface ships, emphasizing the need for materials that are free from mercury contamination and meet stringent military specifications. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Abigail Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil.
CSS 94031 - Replace Flooring
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the replacement of flooring at the Franklin USARC located in Pennsylvania. This project, designated as CSS 94031, is set aside for small businesses and falls under the NAICS code 236220, which pertains to construction in office buildings, with a size standard of $45 million. The estimated price range for this construction project is between $100,000 and $250,000, highlighting its significance in maintaining the operational readiness of the U.S. Army's 99th Readiness Division. Interested contractors should direct inquiries to Timothy McCleary or Sharon Wilson-Emmons via their respective emails, as all work must be completed in accordance with the provided Statement of Work.
ACC-APG, Tobyhanna Division FY25 Fair Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for various procurement contracts in fiscal year 2025. The opportunity encompasses a range of services and products, including maintenance for equipment, software renewals, and minor construction projects, with a focus on enhancing operational readiness and infrastructure at the Tobyhanna Army Depot. These contracts are primarily structured as firm-fixed-price or hybrid agreements, with many set aside for small businesses, reflecting the government's commitment to fostering competition and inclusivity in federal contracting. Interested vendors can direct inquiries to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or secondary contact Kellie Coar at kellieann.k.coar.civ@army.mil, with various solicitations expected to be released throughout FY25.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.