Amendment 000001 Carpet Renovation - Maxwell AFB
ID: FA330025R0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking qualified contractors for a carpet renovation project in Building 800. The procurement involves the removal and replacement of existing carpet, as well as the installation of new flooring materials, with a completion target of 180 days following the Notice-to-Proceed. This project is crucial for maintaining the infrastructure of the Air Force facilities and adheres to established guidelines for flooring procurement, emphasizing compliance with federal regulations and cost control measures. Interested small businesses must submit their quotes by May 20, 2025, and are encouraged to attend a mandatory site visit on May 8, 2025. For further inquiries, contractors can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a Request for Quote (RFQ) aiming to provide updated information through Final Questions and Answers for prospective bidders. The amendment designates Senior Airman Chase Flowers as the Contract Specialist, with contact details included for inquiries, alongside Contracting Officer Mark Restad. This update reflects typical practices in government procurement processes, ensuring clarity and transparency for vendors participating in federal contracts. The amendment's core purpose is to facilitate an informed bidding process through the distribution of relevant Q&A, which is vital for the successful execution of federal agreements.
    The Statement of Work (SOW) outlines the requirement for replacing flooring in Building 800 at Maxwell Air Force Base (AFB), Alabama. The government seeks a contractor to provide materials, labor, and supervision for the project, ensuring compliance with local ADEM codes and federal regulations. Key tasks include surveying the area, assessing potential asbestos, removing existing carpet, recycling it, and installing new carpet and engineered hardwood flooring. Safety, cleanliness, and minimal disruption to the facility are emphasized. The contractor will coordinate access, move furniture, and provide proper identification for personnel. Performance must occur within 180 days, with work hours limited to weekdays, and adherence to traffic laws and physical security protocols is required. The contractor will also supply warranties for labor and materials, along with as-built drawings. A Technical Monitor will oversee the project, providing guidance and ensuring adherence to the contract specifications. This document serves as part of a federal RFP process, aiming to engage qualified contractors for government projects while ensuring compliance and effective management of resources.
    The memorandum from the Department of the Air Force outlines a request for the removal and replacement of carpet in Building 800 at Maxwell Air Force Base, with a completion target of 180 days post-Notice-to-Proceed. The authorized carpet selection includes options from various vendors, specifically Mohawk, J & J, Interface, Mannington, Tarkett, Milliken, and Bentley, detailing their respective color collections. Wayne R. Cooper, P.E., from the 42nd Civil Engineer Squadron, provides official approval for the work, referencing the established Carpet Ordering Guide contract. The document serves as a formal communication to the contracting office, CID, regarding the project scope and timelines, ensuring adherence to compliance and procedural requirements of government contracting. The point of contact for further inquiries is SMSgt Valerie Koesis. This memo underlines the structured process of executing federally supported projects and the collaboration between various Air Force departments for infrastructure maintenance.
    The "Air Force Carpet II Ordering Guide" establishes the mandatory-use policy for procuring carpet within the Air Force installations in the continental United States (CONUS). It introduces a two-tiered program: Tier I for carpet manufacturers, which includes seven awarded vendors with fixed pricing, and Tier II for local installers, who must use materials from these manufacturers. The guide aims to enhance cost control, reduce acquisition lead times, and streamline the ordering process, ultimately delivering expected savings of around 10% across the Department of the Air Force. Authorized customers, including contracting offices and Government Purchase Card holders, must adhere to this policy unless an approved waiver is obtained. The detailed ordering process encompasses steps from customer approval through to contractor selection and eventual installation. Essential documentation and compliance with terms, such as not exceeding the fixed pricing, are emphasized. The guide also includes procedures around warranty checks, existing contract modifications, and stipulations for incorporating the carpet program into larger projects, signifying its strategic importance for the Air Force's facilities management and procurement processes.
    The document outlines the clauses and provisions relevant to federal Requests for Proposals (RFPs) and contracts within the Department of Defense (DoD). It specifies mandatory clauses related to employee rights, compensation for former officials, telecommunications equipment acquisition restrictions, and procurement preferences regarding domestic commodities. Notably, it includes requirements to inform employees of whistleblower rights, prohibitions on purchasing materials from certain regions or operators (like entities linked to the Maduro regime or Xinjiang), and mandates for electronic submission of payment requests. Key clauses require contractors to use unique item identification for government property and follow specific payment instructions through the Wide Area Workflow (WAWF) system. Also highlighted are certifications necessary regarding representations and certifications, detailing business size, ownership, and compliance with various social and environmental standards. The document serves as a critical reference for organizations engaging with the government, emphasizing compliance, reporting, and ethical business practices in federal procurements and contracts. Overall, it aims to ensure transparency, accountability, and adherence to regulations in government contracting environments.
    The document outlines logistics and requirements for a flooring project at Maxwell Air Force Base (AFB). Key points include the disconnection of electronics and the replacement of baseboards. Contractors may invoice for carpet materials upon delivery, but any additional costs beyond the negotiated manufacturer price are prohibited. The project will require phased installations to minimize disruptions but is limited to specific operational hours, with the possibility of night or weekend work for the Command area. The contractor is responsible for moving all personal items and furniture, while dumpster placement is restricted due to external engagements at the building. Installation of glued-down luxury vinyl planks is not permitted, and materials cannot be stored on-site. Measurements on provided floor plans should be verified for accuracy. This document serves as a reference for contractors participating in the RFP process by clarifying expectations and logistical considerations.
    The 42nd Contracting Squadron at Maxwell Air Force Base seeks to procure Carpet Renovation services under a Request for Quote (RFQ). This solicitation is a firm fixed-price contract designated as a 100% small business set-aside, referencing NAICS Code 238330 with a size standard of $19 million. Interested contractors must submit their quotes by May 20, 2025, and are encouraged to attend a mandatory site visit on May 8, 2025. The contractor will be responsible for carpet replacement, hardwood costs, adhesive, and installation, with a 180-day performance period following contract award. Submissions must include complete compliance with solicitation requirements, including technical and price components, with a focus on fair and reasonable pricing based on market comparisons. Offers will be evaluated primarily on pricing accuracy and technical acceptability, with the aim of making a single award based on the lowest bid from eligible small businesses. To qualify, bidders must be registered in the System for Award Management (SAM) database. The document also includes references to specific attachments that provide detailed instructions and requirements for the proposal process.
    The file addresses the procurement areas of "Real Wood Floors" and "Carpet," categorized under a Command Section likely related to government proposals. Its central purpose appears to be focused on requests for proposals (RFPs) related to flooring materials for government contracts, which may encompass federal grants and local/state RFPs. The document implies the necessity of sourcing appropriate flooring products for various government projects. Given the brief mention of both real wood and carpet options, it highlights a potential diversity in material needs required for federal or state-funded initiatives. However, details about specific RFPs, eligibility criteria, or funding amounts are absent, indicating a need for further information. This file acts as a preliminary reference for interested vendors to understand the government's interests in flooring solutions without providing exhaustive guidelines or specifications for proposal submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Flooring BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for flooring installation and removal services at Dover Air Force Base in Delaware. Contractors will be required to provide all necessary labor, materials, tools, and supervision for the installation and removal of various flooring types, including carpet, vinyl composite tile, and rubber tiling, while adhering to strict safety and compliance regulations. This opportunity is particularly significant as it is set aside for small businesses, with a total contract value of $19 million over a five-year period, and individual purchases capped at $25,000. Interested parties should submit their quotes using the provided Excel template and can contact Contracting Officer Kelton A. Sands or Contracting Specialist Bryce M. Ganske for further information.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation))
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. The project involves comprehensive renovations, including the installation of new systems and compliance with various safety and environmental standards, with a contract value estimated between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 516 calendar days, divided into procurement and construction phases. Interested contractors should contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    78287 - CBR - B20128 Air Handler Refurbishment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the refurbishment of seven air handlers at Building B20128, Robins Air Force Base, Georgia. The project involves comprehensive refurbishment tasks, including the removal and installation of fan array systems, filter systems, and hot water coils, along with the integration of new controls and structural repairs, all while adhering to strict safety and environmental regulations. This contract, valued at approximately $19 million, is a firm-fixed-price solicitation with a performance period of six months, and interested parties must submit their quotes by November 28, 2025, following a site visit scheduled for November 19, 2025. For inquiries, contact SSgt. Bobby Ballow at bobby.ballow@us.af.mil.
    AMXG 2 Awning Installation - Combined Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of two free-standing awnings at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide all necessary labor, materials, equipment, tools, and transportation for the manufacturing and on-site installation of the awnings, which must meet specific design and safety standards as outlined in the provided specifications. This procurement is crucial for enhancing the operational facilities of the 402d Maintenance Group and ensuring compliance with various federal, state, and local regulations. Interested small businesses must submit their proposals by the specified deadline, with a total estimated contract value of approximately $19 million and a performance period from December 4, 2025, to January 3, 2026. For further inquiries, potential bidders can contact Nikia Streeter at nikia.streeter@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense is soliciting proposals from qualified contractors for the "Repair B62528" project at Tinker Air Force Base in Oklahoma. This construction project involves various demolition and renovation tasks within Building B62528, with an estimated cost between $1,000,000 and $5,000,000, and is set aside for small businesses under NAICS code 236220. The work must comply with applicable NEC and NFPA standards, and contractors are required to attend a mandatory site visit on October 21, 2025, to be eligible to submit proposals. Proposals are due by November 28, 2025, at 2 PM, and interested parties should contact Hailie Reyes or Burl Sellers for further information.
    Renovate Squadron Operations, Building 25, Project AXQD232620
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the renovation of Squadron Operations, Building 25, at Barnes Air National Guard Base in Westfield, Massachusetts, under Project AXQD232620. This Sources Sought notice aims to identify vendors with experience in large renovation projects valued between $10 million and $25 million, particularly those that have adhered to Intelligence Community Directive (ICD) 705 standards within the last two years. The project involves extensive repairs and upgrades to approximately 25,000 square feet of space, including architectural, mechanical, electrical, and fire suppression improvements, while ensuring compliance with DoD Unified Facilities Criteria. Interested vendors must submit a completed Sources Sought Response form and any supporting documentation by November 19, 2025, at 2:00 PM EST, via email to SMSgt Freeman Knowlton at 104.FW.MSC@us.af.mil.
    Replace flooring at USCG ANT San Francisco
    Buyer not available
    The Department of Homeland Security, through the US Coast Guard, is seeking qualified contractors to replace flooring at the USCG ANT San Francisco located on Yerba Buena Island, California. The project involves removing existing flooring and installing new materials, including Luxury Vinyl Plank (LVP), epoxy, and polished concrete, across various areas totaling approximately 4,696 square feet. This procurement is a total small business set-aside, with an estimated contract value between $25,000 and $100,000, emphasizing the importance of quality flooring for operational facilities. Interested contractors must submit their proposals electronically by November 19, 2025, and are encouraged to attend a site visit scheduled for October 22, 2025, to better understand the project requirements. For inquiries, contact Shawn Jenkins at shawn.t.jenkins@uscg.mil or Jesse Yutig at Jesus.C.Yutig.CIV@uscg.mil.
    Aircrew Facility Support
    Buyer not available
    The Department of the Air Force is soliciting proposals for Aircrew Facility Support services at Kirtland Air Force Base in New Mexico, under Solicitation Number FA940126Q0001. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses billeting and housekeeping services for visiting aircrew, including initial cleaning and on-call support, with a total potential award amount of $47 million over a base period and four option years extending through November 2030. Interested contractors must submit their quotes by November 21, 2025, and ensure compliance with federal acquisition regulations, including the submission of a technical plan and a Mission Essential Plan. For further inquiries, potential offerors can contact Tyler Hatfield at tyler.hatfield.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This project involves the removal and replacement of flooring in the Building 70 basement, requiring contractors to provide all necessary labor, materials, tools, and planning services while adhering to VA design guidelines and safety protocols. The estimated construction cost ranges from $25,000 to $100,000, with bids due by December 8, 2025, at 2:00 PM CT, and a site visit scheduled for November 17, 2025. Interested contractors should contact Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov for further information.