Carpet Removal and Flooring Installation for B1643
ID: FA930225Q0066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Facilities Support Services (561210)

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 Department of the Air Force, is seeking qualified contractors for carpet removal and flooring installation services at Building 1643, Edwards Air Force Base, California. The project involves the removal of existing carpet, supply, and installation of new plank vinyl tile, with a total project timeline not exceeding 30 days. This procurement is a Total Small Business Set-Aside under NAICS code 561210, with an estimated contract value of $47,000,000. Interested parties must submit their quotes by August 7, 2025, at 12:00 PM PDT, via email to both Karla Vazquez and Abel Alcantar, and are encouraged to attend a site visit scheduled for August 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, titled "25-0152 ERP Map, Buildings 1630 and 1635, Main Base Flightline, 16 Jun 25," pertains to Environmental Restoration Program (ERP) monitoring and vapor wells located at Buildings 1630 and 1635 on the Main Base Flightline. The file includes a legend for the ERP and specifies that the images are derived from the Edwards AFB GeoBase MapViewer, accessed on June 16, 2025. This document appears to be a record or reference material related to environmental monitoring activities at a federal military installation, likely for compliance, remediation, or ongoing environmental management purposes. Its context within government RFPs, federal grants, and state/local RFPs suggests it could be part of a larger environmental contract, a study supporting a grant application, or documentation for a regulatory filing.
    The document, likely a handout or guideline for federal operations, details the protection of the Desert Tortoise, a species federally listed as Threatened and California's official state reptile. It outlines the tortoise's characteristics, habitat, and behaviors, emphasizing its protected status under the Endangered Species Act and specific mandates for Edwards Air Force Base by the U.S. Fish and Wildlife Service. The document warns against unauthorized collection, handling, or harassment, citing potential fines and imprisonment. It provides clear instructions on how individuals can protect the Desert Tortoise, including guidelines for moving tortoises found in immediate danger on roads, checking under vehicles, keeping to approved roads, reporting sightings to 412 CEG/CEVA, and preventing attraction of predators like ravens by managing trash and water leaks. The overall purpose is to educate and ensure compliance with regulations safeguarding the Desert Tortoise within areas of federal activity.
    The document outlines the protection of cultural resources at EAFB, emphasizing that these resources, some as old as 12,000 years, are irreplaceable. Cultural resources are defined as physical evidence of past human activity or features of significance to traditionally associated groups, including historic-era, military, and American Indian resources. The Environmental Management Group collaborates with security, utilizing cameras near archaeological sites, to enforce protection. The core message stresses the importance of leaving cultural resources undisturbed if they are not personal property or found items. This initiative aligns with federal preservation efforts, critical for compliance and heritage management in government projects.
    The document provides information regarding the Environmental Restoration Program (ERP) pertaining to Buildings 1630 and 1635 located on the Main Base Flightline at Edwards Air Force Base, dated June 16, 2025. It includes a map and legend to illustrate monitoring and vapor wells associated with the ERP. The images presented in the document were accessed via the Edwards AFB GeoBase MapViewer, serving as a reference for environmental assessment and remediation activities at these buildings. The objective emphasizes tracking potential contaminants and ensuring compliance with environmental regulations as part of the federal government's efforts in managing ecological impacts at military installations. Such detailed mapping and monitoring are critical for maintaining the safety and integrity of the military infrastructure while adhering to federal guidelines.
    The document outlines the conservation status and protection measures for the Desert Tortoise, a federally threatened species under the Endangered Species Act and California's state reptile. It details the tortoise's physical characteristics, habitat preferences, and behavior, highlighting its low visibility due to its natural camouflage and burrowing lifestyle. Protection guidelines include avoiding handling tortoises unless in immediate danger, conducting vehicle checks for tortoises before moving, and preventing predation by ravens through proper waste management. It emphasizes the need to maintain their habitat around Edwards Air Force Base, as per regulations from the U.S. Fish and Wildlife Service. The guidelines aim to foster awareness and actions to safeguard the tortoise population, particularly in areas where human activity may threaten their survival during operations and projects. Overall, the document serves as a critical resource for ensuring compliance with wildlife protection laws while managing activities within their habitats.
    The document outlines the responsibilities of the Environmental Management Group at EAFB regarding the protection of cultural resources. Cultural resources are defined as any physical evidence of past human activity and include historic-era sites, military resources, and American Indian artifacts, some dating back 12,000 years. The group collaborates with security to enforce protective measures, such as monitoring archaeological sites with cameras. The emphasis is placed on preserving these invaluable resources, as their loss is irreversible. The document highlights the commitment to safeguarding cultural heritage amidst modern activities, underscoring the significance of these resources for future generations.
    The provided government file contains numerical data indicating two distinct square footage measurements: 3310.32 Sq Ft and 3566.44 Sq Ft, associated with a 'Facility 1643'. This type of information is typically found in government RFPs, federal grants, or state and local RFPs where specifications for facilities or spaces are detailed. It suggests that 'Facility 1643' is a site requiring or offering specific dimensions, likely for a project, lease, or grant application. The inclusion of precise square footage indicates a need for accurate spatial planning and resource allocation. This data would be crucial for bidders or applicants to understand the scope and requirements related to the physical space involved in a government contract or program.
    The document presents measurements of two facilities, indicating specific square footage: 3310.32 sq ft and 3566.44 sq ft, alongside a reference to Facility 1643. This concise information suggests logistical considerations possibly relevant to government RFPs for facility space utilization, leasing, or renovation projects. The figures may serve as parameters for potential bids or applications, allowing agencies to assess suitable proposals for space requirements in federal, state, or local projects. Overall, the document implies a focus on spatial analysis pertinent to facility management within the context of governmental planning or development initiatives.
    The document describes Creation Clic 28, a 6mm Luxury Vinyl Tile (LVT) with a patented vertical locking system, designed for fast and easy installation in high-traffic commercial settings like educational institutions, medical offices, and retail stores. Key features include Duo Core construction with a fiberglass inner layer for stability, a 28-mil transparent wear layer for durability, and 15 dB noise reduction. It is 100% water-resistant, recyclable, contains up to 55% recycled material, and contributes to LEED certification due to its low VOC emissions and REACH compliance. The document also includes technical specifications and installation guidelines for Gerfix LVT & Plank Spray Adhesive, highlighting its quick dry time, moisture resistance, and immediate traffic allowance. The product is designed for efficiency, sustainability, and high performance in commercial applications.
    The document presents the Creation Clic 28 Luxury Vinyl Tile (LVT) product by Gerflor, designed for commercial use, emphasizing its innovative Duo Core construction and ease of installation. It features a patented vertical locking system that allows for rapid installation with minimal disruption to business operations. The product is ideal for high traffic areas, cited in sectors such as education and healthcare, boasting water resistance and significant noise reduction attributes. Additionally, Creation Clic 28 contributes to sustainability efforts, being 100% recyclable, containing up to 55% recycled materials, and achieving low VOC emissions certified by FloorScore. The technical specifications detail compliance with various ASTM standards, indicating the product's durability, acoustic performance, and health safety measures, including a 99% mitigation of bacteria spread. The adhesive used for installation, Gerfix LVT & Plank Spray Adhesive, supports high moisture conditions and comes with detailed handling instructions. Overall, the product’s attributes align with environmental regulations and standards, making it suitable for government RFPs and grants focused on sustainable building materials and methods.
    The document addresses questions regarding RFP B1643 for carpet removal and vinyl plank flooring installation. Key clarifications include the consideration of equivalent flooring substitutions if approved by the customer, and a more detailed floor plan with square footage will be provided. The contractor is responsible for lifting modular furniture, but no disassembly is required, and the customer will handle all electronics and standalone furniture. The 30-day project timeline begins with carpet removal, allowing prior material delivery. The existing carpet consists of adhesive-secured squares, and the substrate is concrete. Yellow-marked areas in Appendix 1 indicate the full scope of work, including carpet removal and vinyl plank installation. A rubber cove base is required in all areas receiving vinyl plank flooring. The "sealing and waxing" task is to be disregarded, and the contractor must provide a dumpster for debris.
    This document addresses key questions regarding the B1643 Carpet Removal and Flooring Installation project, a federal government RFP. It clarifies that equivalent flooring substitutions may be considered with customer approval if the specified product is unavailable. A more detailed floor plan with specific square footage will be provided to address visibility issues. The scope of work for furniture movement is defined: no disassembly of modular or cubicle furniture is required, and stand-alone furniture, electronics, and computer disconnections will be handled by the customer. The 30-day project completion timeline begins with carpet removal, allowing for material ordering and delivery beforehand. Contact information for delivery coordination will be provided post-award.
    The document addresses the carpet removal and flooring installation project (B1643) through a series of questions and answers pertaining to the Statement of Work (SOW). Key topics include the approval process for flooring product substitutions in case of supply issues, clarification on detailed floor plans and square footage for installation, and responsibilities regarding furniture movement. It confirms that there is no requirement for disassembly of modular furniture, while the government will handle electronics disconnections. The project must be completed within 30 days, starting from the carpet removal date, and prior ordering and delivery of flooring materials are encouraged. Coordination for delivery access will be established post-award. Overall, this document serves to clarify specifications and responsibilities for potential contractors responding to the RFP, ensuring alignment on project requirements and expectations.
    The document outlines questions and answers related to a Request for Proposal (RFP) for carpet removal and vinyl plank flooring installation in Building 1643. Key aspects addressed include specifications for flooring products, detailed floor plans, and furniture movement protocols. Substitutions for flooring materials may be permitted with customer approval, and the scope of work includes specified areas highlighted in a provided floor plan. The contractor will manage furniture lifting during installation but not disassembly, with all electronics being the customer's responsibility. The project must be completed within 30 days from the start of carpet removal, allowing prior ordering and delivery of materials. Clarifications confirm that the existing carpet is adhered carpet squares, and the subsurface is concrete. Rubber cove bases are required alongside vinyl plank installation in all specified areas. Certain unnecessary tasks, such as sealing and waxing existing VCT areas, have been excluded from the scope. This summary is part of a structured government procurement process, highlighting the project's requirements and expectations for contractors.
    This document outlines the questions and answers regarding the procurement of carpet removal and vinyl plank flooring installation for Building 1643. The main focus is on clarifying the project's scope of work, including product specifications, the responsibilities related to furniture movement, and logistical details such as project timelines and material delivery. Key points include the requirement for close matches to the specified flooring if substitutes are necessary, and confirmation that all designated areas marked in yellow for installation are included in the project. Specific requirements, such as the need for a rubber cove base and responsibility for dumpster provision, are also addressed. The contractor will not need to disassemble modular furniture, and all equipment disconnection will be managed by the customer. The completion of the project is expected within 30 days, starting from carpet removal, with preparation time accounted for ordering materials. This document serves as a crucial guide for potential bidders by providing clarity on expectations and project constraints within the context of federal and local RFPs.
    The provided document appears to be a fragmented text containing corrupted or nonsensical characters, making it difficult to extract coherent information relevant to government RFPs, federal grants, or state and local RFPs. Although it contains sections that suggest it might pertain to proposals or applications for funding, the discernible text is interspersed with illegible segments, resulting in a lack of clarity regarding the main topic or specific details. Given the unstructured nature and overwhelming presence of nonsensical data, it cannot be summarized effectively into a precise topic or purpose. No key ideas or supporting details can be reasonably identified, and therefore, there is insufficient material to reflect upon the document's intent or context in relation to government funding opportunities. Overall, this document may require further processing or recovery methods to read relevant information clearly, as the current state does not lend itself to conventional summaries or analysis.
    Edwards Air Force Base is hosting a site visit on August 1, 2025, from 12:30 PM to 2:30 PM PDT, for commercial providers interested in carpet removal and flooring installation services for Buildings B1630/1635 and B1643. While not mandatory, attendance is highly encouraged. Prospective attendees must submit attendance requests by July 29, 2025, at 11:00 AM PDT to Karla Vazquez or Abel Alcantar. Requests must be in PDF format on contractor letterhead and include personal details such as name, place/date of birth, social security number, citizenship status, and driver's license information. Due to PII concerns, unencrypted emails will not be accepted; alternative submission methods are available by contacting the POCs. All attendees need a REAL ID to enter the base and must adhere to installation traffic codes regarding cell phone use, seat belts, and radar detectors.
    Edwards Air Force Base is hosting a site visit on August 1, 2025, for vendors interested in carpet removal and flooring installation services for buildings B1630/1635 and B1643. While attendance is not mandatory, it is strongly encouraged. Interested parties must submit requests for attendance by July 29, 2025, and comply with strict identification requirements, including the need for a REAL ID. Requests must include comprehensive personal information in encrypted PDF format to protect personal identifiable information (PII). Contact persons for the event are Karla Vazquez and Abel Alcantar. Attendees should also familiarize themselves with installation traffic codes and identification regulations to ensure smooth access to the base. This initiative reflects the Air Force's requirement for professional services while ensuring compliance with security and safety regulations during the procurement process.
    The document is a federal government Request for Proposal (RFP) for commercial products and services, specifically targeting Women-Owned Small Businesses (WOSB). The solicitation, FA930225Q0066, issued by FA9302 (AFTC PZZ) at Edwards AFB, CA, has an offer due date of July 25, 2025, with an estimated total award amount of USD 47,000,000.00. The project involves carpet removal and plank flooring installation in Building 1643, identified by Product Service Codes Z2AA and 5620. Key requirements include compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like electronic payment (WAWF), item unique identification, health and safety on government installations, contractor access to Air Force installations, and supply chain security. The RFP emphasizes adherence to specific regulations for commercial products and services, as well as provisions related to small business programs and labor standards, including minimum wages and paid sick leave.
    The document outlines a solicitation for a contract to be awarded to a Women-Owned Small Business (WOSB) for the removal of carpet and installation of plank vinyl flooring at Building 1643, Edwards Air Force Base. The requisition, identified by number FA930225Q0066, specifies a total budget of $47 million and mandates that all proposals be submitted by July 25, 2025. This procurement is categorized under a firm fixed-price arrangement, incorporating key clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) related to contractor obligations, health and safety measures, and payment processing through electronic systems like the Wide Area Workflow (WAWF). The document emphasizes compliance with various laws and regulations, including those concerning labor standards, environmental protections, and business ethics. Additionally, it specifies requirements for unique item identification and electronic submission of documents, ensuring traceability and accountability. The emphasis on WOSB participation highlights federal efforts to encourage small business involvement in government contracting, thereby enhancing economic diversity and opportunity. Overall, the solicitation reflects both the technical and administrative standards essential for government contracts while promoting small business engagement.
    The file FA9301-21-A-0004 outlines a government Statement of Work (SOW) for a project involving the removal of carpet and installation of vinyl plank flooring in Building 1643 at Edwards Air Force Base, CA. The agreement is categorized as a non-personal services blanket purchase agreement (BPA), requiring the contractor to provide all necessary resources and services while maintaining independence from government supervision. Key tasks include full management of flooring operations, ensuring minimal disruption and compliance with environmental and safety regulations, and coordination with the facility manager. Specific deliverables involve a site assessment, timely communication of any issues, and adherence to compliance protocols for workers and vehicles. The contractor is also responsible for maintaining equipment, overseeing contractor employee qualifications, and ensuring personnel wear identifiable uniforms. Safety and operational security measures are emphasized, alongside adherence to federal and state regulations. The performance period is capped at 30 days, with all work to be performed during designated hours. The document underscores the government’s commitment to operational efficiency while detailing comprehensive compliance and safety standards for contractor personnel.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@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.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Health Care System. This project requires comprehensive construction services, including the removal of existing damaged flooring, addressing potential mold issues, repairing a water bottle refill station, and installing a new maple wood gymnasium flooring system. The new flooring will provide a safe and durable surface suitable for athletic and community use, emphasizing the importance of maintaining high standards in facility management for veteran services. Interested contractors must submit their proposals by December 22, 2025, following a mandatory site visit on November 26, 2025, with an estimated project cost between $500,000 and $1,000,000. For inquiries, contact Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@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 for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.