Carpet Replacement at Seymour Johnson AFB
ID: FA480924Q0107Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Flooring Contractors (238330)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

Set Aside

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

    The Department of Defense is soliciting proposals for carpet replacement services at Seymour Johnson Air Force Base (SJAFB) in North Carolina, specifically for Buildings 4534 and 5015. The project entails the removal of existing broadloom carpet and the installation of carpet tiles, requiring contractors to provide all necessary labor, materials, and equipment in accordance with the Air Force Carpet Acquisition Program and applicable standards. This procurement is significant for maintaining and upgrading military infrastructure, with a total contract value estimated at approximately $19 million, specifically set aside for small businesses. Interested contractors should RSVP for a mandatory site visit scheduled for September 10, 2024, and submit their proposals by the extended deadline as outlined in the solicitation amendments. For further inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Aaron VanVynckt at aaron.vanvynckt.1@us.af.mil.

    Files
    Title
    Posted
    The document details Requests for Information (RFIs) and responses related to the carpet replacement project at Buildings 4534 and 5015, emphasizing clarity and logistics for prospective contractors. The Government will provide additional floor plans and move furniture before and after installation. Notably, the carpet in the server room of Building 5015 does not require replacement. The project will be executed in phases due to space constraints, and a mutually agreed schedule is essential. Contractors are responsible for addressing door height adjustments if new carpet causes interference and must install transition strips where carpet is replaced. There is no requirement for bid bonds or asbestos abatement, though precautionary measures are specified if asbestos is discovered. Contractors will select one of seven carpet options for installation in both buildings. This document serves as a critical guide for bidders, ensuring they understand project requirements, clarification needs, and compliance measures necessary for successful proposal submissions and project execution.
    The document pertains to the design and structural details of Building 4534 at Seymour Johnson Air Force Base, North Carolina, specifically covering the master floor plans. The layout incorporates various functional spaces, including a machine shop, welding shop, multiple offices, storage areas, and restroom facilities. Critical measurements and features are provided, detailing the dimensions of each room and corridor, reflecting a comprehensive plan for the facility's utilization. This project emphasizes meticulous planning and organization, essential for operational efficiency within the Air Force context. The project's approval and contract information, although not fully disclosed, suggest its procurement process is aligned with federal acquisition regulations. The document serves as a key resource for architects, engineers, and contractors involved in this project, ensuring compliance with design standards and facilitating further development stages. Overall, it underscores the government's commitment to maintaining and upgrading military infrastructure.
    The document presents the master floor plans for Building 5015 at Seymour Johnson Air Force Base in North Carolina, designed by the 4th Civil Engineer Squadron. It provides detailed architectural drawings, including a layout of rooms and their respective designations, such as offices, classrooms, training rooms, and mechanical spaces. The plans, scaled at 3/32" to 1'-0", illustrate the structural configuration and spatial relationships within the building. Furthermore, the document indicates project and drawing numbers, approval details, and a task order reference. This file appears to be part of broader federal or military infrastructure initiatives, emphasizing the need for precise planning and compliance with military standards for facility management. The presentation of this information is crucial for contractors and engineers involved in upcoming RFPs or grants related to facility upgrades or modifications within the governmental structure.
    The document outlines a federal solicitation for proposals (RFP) identified as FA480924Q0107, focusing on specific building modifications at a government facility. It includes floor plans and detailed structural specifications necessary for contractors to understand the project scope. Key components involve renovations and upgrades within designated buildings, aiming to enhance overall functionality and compliance with safety standards. The document emphasizes the importance of adhering to protocols regarding engineering assessments, demolitions, and installations. The RFP seeks qualified vendors capable of executing the outlined projects while ensuring minimal disruption to ongoing operations. Overall, this procurement process is part of a broader governmental initiative to maintain and improve infrastructure through strategic development and effective project management.
    The document outlines a solicitation for a contract focused on carpet replacement services at two buildings, 4534 and 5015, located at Seymour Johnson Air Force Base, NC. The total value of the contract is approximately $19 million, targeting specifically women-owned small businesses. It includes detailed requirements for the provision, installation, and removal of carpet, along with related materials such as adhesive and shipping services. The contract stipulates a firm-fixed price arrangement, with a clear schedule of quantities and prices for each item. Important regulatory clauses and terms of payment, including electronic invoice submissions, are incorporated into the procurement process to ensure compliance with federal standards. Proposed work must adhere to background references and environmental considerations as highlighted by various health and safety standards. This contracting opportunity emphasizes the federal government's commitment to inclusive sourcing, particularly with a focus on supporting small, disadvantaged businesses.
    The document is an amendment to a government solicitation for carpet and adhesive work at Seymour Johnson AFB, extending the deadline for offer submissions and clarifying site visit procedures. The amendment encourages contractors to inspect the work site, requiring RSVP by September 9, 2024, for a scheduled site visit on September 10, 2024. It includes detailed quote submission instructions, emphasizing the necessity to provide specific product information for materials, performance periods for work at designated buildings, and complete required forms accurately to avoid rejection of bids. The document also outlines insurance requirements for contractors, such as workers' compensation, general liability, and automobile liability, specifying minimum coverage amounts. It reinforces the importance of complying with federal and state regulations regarding insurance policies, highlighting the need for thorough documentation throughout the bidding process. Overall, the amendment aims to ensure that potential contractors are well-informed and compliant with the requirements set forth in the original solicitation.
    This document is an amendment to a solicitation for a government contract, detailing changes and requirements for submitting offers. The amendment extends the deadline for receipt of offers and outlines the methods for acknowledging receipt of this amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. It provides instructions for modifying previously submitted offers, should the submitter wish to do so. The document includes sections for specifying contract modification reasons and includes references to attached documents such as floor plans for buildings relevant to the solicitation. It identifies the issuing and administering offices and provides contact information for the contracting officer. The amendment serves to integrate additional attachments (floor plans) into the solicitation, indicating a procedural update within the context of the contract award process. Overall, this document highlights the procedural aspects of government contracting, ensuring compliance with acknowledgment requirements and the incorporation of necessary changes to solicitation documentation.
    The document outlines the Statement of Work for the carpet replacement project at Buildings 4534 and 5015 of Seymour Johnson Air Force Base, North Carolina. The scope includes removing old broadloom carpet and installing carpet tiles, with all related labor, materials, and disposal responsibilities falling to the contractor. The project adheres to the Air Force Carpet Acquisition Program, which mandates the use of specified Tier I carpet manufacturers and installers. Key tasks include preparing floors, removing existing cove bases, and ensuring that existing VCT tiles remain undisturbed. The contractor must provide excess carpet tiles upon completion, adhere to a specified work schedule, perform regular site cleanup, and obtain necessary base access. The work area must always meet professional standards and be left clean. The contractor is also required to provide warranties for the work performed and take responsibility for any damages resulting from negligence. This project represents the Department of Defense's commitment to maintaining and modernizing its facilities while ensuring compliance with governmental regulations and standards.
    The Wage Determination No. 2015-4379 issued by the U.S. Department of Labor outlines wage rates for various occupations under the Service Contract Act (SCA). The document specifies minimum wage requirements based on contracts awarded on or after January 30, 2022, or renewed thereafter, mandating at least $17.20 per hour for covered workers under Executive Order 14026. If awarded between January 1, 2015, and January 29, 2022, workers must receive a minimum of $12.90 per hour. A comprehensive list of occupations within North Carolina is provided, detailing specific wage rates and required fringe benefits. Labor benefits include health and welfare compensation, vacation, and paid holidays, alongside compliance with Executive Order 13706 regarding paid sick leave. The document also describes conformance requests for unlisted job classifications, ensuring they have reasonable wage rates in line with listed classifications. This file serves as a critical guideline for federal contractors aiming to meet lawful wage standards for their employees, ensuring fair compensation and adherence to labor laws in RFP and grant-related contracts. Its focus is essential for maintaining compliance with federal regulations while promoting workforce protection and fair labor practices.
    The memorandum discusses the results of an asbestos and lead paint inspection performed at facility 4534, specifically the 4MXG/EMS SHOP AIRCRAFT, in response to a request for carpet replacement. A visual inspection and sample testing on July 23, 2024, identified 8% Chrysotile asbestos in the floor tile mastic beneath the carpet. Consequently, the work area is not clear of asbestos-containing materials, and if the vinyl composition tile (VCT) is disturbed during demolition, asbestos abatement will be necessary. The document emphasizes that additional materials may also harbor asbestos or lead and advises against their disturbance until proper inspection. The assessment is valid for seven years, contingent on the original scope of work. For further assistance, contacts for OSHA and state health departments are provided, alongside a recommendation to reach out to the Asbestos/LBP Program Manager for more information. The document underlines the need for careful handling of hazardous materials to ensure health and safety compliance during renovations.
    This memorandum, dated August 5, 2024, informs Dennis Evans of 4 CES/CEIEC that a facility inspection was conducted for asbestos and lead paint at facility 5015, specifically related to the carpet replacement in the TECHNICAL TEACHING CLASSROOM. A visual inspection and database inquiry on July 23, 2024, found no hazardous materials present, thus no further sampling or abatement is required. The work area is confirmed clear of asbestos-containing materials. The memorandum also notes that this assessment is limited to the inspected areas and does not account for materials not assessed. It emphasizes that any undiscovered materials may still pose health risks and should remain undisturbed until a proper inspection is completed. The assessment remains valid for seven years unless the scope of work changes. For additional guidance on asbestos or lead, contacts for OSHA and the North Carolina HHCB are provided. The document underscores compliance with safety regulations in government projects, relevant in the context of federal RFPs and grants associated with facility management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Bldg. 328 CES Carpet Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for carpet installation services at Building 328, Joint Base Langley-Eustis, Virginia. The project involves the installation of new carpet across a total area of 21,863 square feet, with specific exclusions for non-carpeted areas and requirements for anti-static carpet in designated sections. This procurement is crucial for maintaining operational efficiency and compliance with government facility management standards. Interested small businesses must submit their proposals by September 18, 2024, and direct any inquiries to 2d Lt Mandisa Peters at mandisa.peters.1@us.af.mil or Mr. Corey Powell at corey.powell.1@us.af.mil, with a site visit scheduled for September 10, 2024.
    Bldg. 202 Carpets and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to replace carpets in Building 202 at Stewart Air National Guard Base in Newburgh, New York. The project involves the demolition of existing carpets, installation of new carpets and rubber base coves, and adherence to safety regulations, with a requirement for the contractor to commence work within five business days of contract award and complete it within 45 days. This procurement is a total small business set-aside, with the NAICS code 238330 for Flooring Contractors, and the contract will be awarded based on the lowest priced quote that meets the technical requirements outlined in the Statement of Work. Quotes are due by 11:00 AM EST on September 18, 2024, and interested contractors must contact Joseph Kugler at joseph.kugler.1@us.af.mil or Kevin Fenner at kevin.fenner.1@us.af.mil for further inquiries.
    50 CONS Carpet on USAF Carpet Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Contracting Squadron, is soliciting bids for the installation of new carpeting in rooms 260, 261, and 268 of Building 210 at Schriever Space Force Base in Colorado. This procurement involves a firm fixed-price contract for the removal of existing carpet and installation of Mohawk QB436 Framed Structure: Color 989 Charcoal Carpet Tile, along with necessary rubber base and transitions, with a focus on compliance with the Trade Agreement Act. The opportunity is set aside for small businesses, with responses due by September 19, 2024, at 1300 Mountain Time, and interested contractors are encouraged to contact John A. Hughes or Evan Eschenburg for further details.
    SLD 30 Carpet Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of carpet at Building 10577, Vandenberg Space Force Base, California, under the AF Carpet II Program. The project entails comprehensive services including furniture movement, flooring removal, and the installation of specified carpet materials, with a strong emphasis on compliance with federal, state, and Air Force regulations. This procurement is particularly significant as it supports the maintenance and operational standards of military facilities. Interested small businesses must submit their quotes by September 18, 2024, with an expected award date of September 27, 2024. For further inquiries, vendors can contact Paul Baraldi at paul.baraldi@spaceforce.mil or Chris Hummel at christopher.hummel.6@spaceforce.mil.
    Replace Carpet Bldg 10122 Rm 103 - 105 Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide carpet installation services for rooms 103, 104, and 105 in Building 10122 at Vandenberg Space Force Base, California. This procurement is part of the AF Carpet II Program, requiring compliance with specific federal regulations and a focus on sustainability and minimal disruption to building occupants during the installation process. The contract is a 100% Small Business Set-Aside, with quotations due by September 23, 2024, and anticipated award by September 27, 2024. Interested vendors should contact Paul Baraldi at paul.baraldi@spaceforce.mil or SrA Johnny G. Barreto at johnny.barreto@spaceforce.mil for further details.
    AU HQ Carpet - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for carpet renovation services in Building 800. The procurement involves replacing existing carpet, including the provision of necessary materials, labor, and installation, with a focus on compliance with federal acquisition regulations and local codes. This project is part of the government's ongoing commitment to maintaining military infrastructure and is set aside exclusively for small businesses, emphasizing the importance of small business participation in federal contracting. Interested contractors must attend a mandatory site visit on September 13, 2024, and submit their written quotes by September 20, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Carpet Renovation Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking quotes for Carpet Renovation Services for Building 1400. The contractor will be responsible for providing all necessary labor, materials, and equipment to replace the existing carpet, ensuring compliance with applicable regulations, including environmental management standards, and completing the work within 120 days of the Notice to Proceed. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of utilizing small businesses for government contracts. Interested contractors must submit their quotes by September 19, 2024, and are encouraged to attend a site visit on September 12, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    163rd Carpet and Paint building 2272
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction project to replace carpet and paint interiors in Building 2272 at March Air Reserve Base, California, in support of the 163rd Attack Wing of the California Air National Guard. The project entails replacing approximately 4,000 square feet of carpet tile, installing 800 linear feet of rubber base, and painting 14,500 square feet of interior walls, with a completion timeline of 60 days from the Notice to Proceed. This initiative is crucial for maintaining operational readiness and facility standards within the Air National Guard. Interested small businesses must submit their proposals by September 19, 2024, and can contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil for further information. The estimated project cost ranges from $25,000 to $100,000, and funding is expected to be available by September 30, 2024.
    Chapman Carpet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for carpet and rug supplies under the RFQ Number FA301624Q5228. This procurement is part of the Air Force Furnishings Commodity Council's Mandatory Carpet Program Tier I contracts, and it includes updated specifications and acknowledgment of receipt requirements as outlined in the recent amendment. The goods are essential for maintaining operational facilities, ensuring a safe and functional environment for personnel. Interested vendors should note that funding is not currently available, and no awards will be made until funds are secured; for inquiries, contact Logan Smith at logan.smith.51@us.af.mil or 210-671-1722.
    Asbestos Abatement IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on asbestos abatement and environmental testing services at Seymour Johnson Air Force Base in North Carolina. The contract, valued at approximately $25 million, aims to address the management of hazardous materials, including asbestos, lead paint, and heavy metals, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and public health at the base, with a strong emphasis on supporting women-owned small businesses in government contracting. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Kelly Coddington or Aaron VanVynckt via the provided contact details.