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
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    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 Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value 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 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    Dorm 742 Renovation
    Buyer not available
    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 Striping & Rubber Removal
    Buyer not available
    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.
    Walk Off Carpet Service - Rome NY
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking a qualified contractor to provide walk-off carpet services at its facility located in Rome, New York. The contractor will be responsible for the delivery, placement, and rotation of carpets, which are to be exchanged every two weeks from May through October and weekly from November through April, adhering to cleanliness standards and security regulations. This procurement is crucial for maintaining a clean and safe environment at the facility, with a contract period consisting of one base year and four optional one-year extensions, running from May 1, 2026, to April 30, 2031. Interested vendors should contact Miranda Amir at miranda.j.amir.civ@mail.mil for further details, and responses to this sources sought notice are requested for market research purposes only, with no obligation for the government to award a contract.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    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.