BUILDING 362 ENTRANCE FLOORING
ID: Fa3099-25-Q-1033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, USA

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)

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 soliciting quotes for the replacement of flooring in Building 362 at Laughlin Air Force Base, Texas. The project entails removing existing carpet and installing durable, slip-resistant flooring over an area of 236 square feet, including specific tile requirements for the entrance and side walls, with a completion timeframe of 10 working days post-material delivery. This procurement is a total small business set-aside under NAICS code 238330, with a focus on ensuring minimal disruption to the fitness center's operations during installation. Interested contractors must submit their quotes by 2:30 PM (CDT) on September 17, 2025, to SSgt. Eric Meshako at eric.meshako@us.af.mil, and are encouraged to attend an optional site visit on September 12, 2025. Note that funding for this project is not currently available, and no awards will be made until funds are secured.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for replacing 236 square feet of flooring in Building 362 Gymnasium at Laughlin Air Force Base. The contractor must provide all materials, labor, and equipment to install durable, slip-resistant flooring, including 30 sq ft of 12-inch tile for the entrance and 30 sq ft of 9-inch tile for side walls, bordering the main flooring. The project involves demolishing existing carpet, removing adhesive, and installing new cove base, with a performance period of 10 working days after material delivery. The contractor is responsible for site investigation, debris removal, and adherence to all federal, state, and local laws, including strict safety, fire, and health regulations (NFPA-1, DFMAN 91-203, OSHA). Specific conditions include providing installer details for base access, adhering to anti-terrorism training, and complying with Environmental Management System Awareness Training (DAFMAN-32-7001). The government will conduct quality assurance inspections, and the contractor must rectify any deficiencies at no additional cost.
    The provided government file, likely an addendum or specific instruction within a larger RFP or grant document, details a critical logistical requirement: all material and furniture must be stored exclusively in the area marked in blue. This instruction is essential for maintaining order, ensuring safety, and potentially complying with space utilization or security protocols within a government project or facility. The brevity of the file suggests it is a highly specific directive, emphasizing a non-negotiable condition for contractors or grantees regarding storage arrangements.
    The Laughlin AFB Pass and Registration Center (PRC) Special Event Form outlines the requirements for gaining access to Laughlin Air Force Base for special events. Event sponsors must submit an Entry Authority List (EAL) via encrypted email to 47sfs.passregistrationvcc@us.af.mil, or hand-carry it to the PRC, at least seven business days prior to the event. The EAL must be alphabetized by last name and include the last name, first name, date of birth, and Social Security Number for individuals 18 and over, and only last name, first name, and DOB for those under 18. All EALs must be signed. Sponsors, who must be affiliated with LAFB or be retired military, are responsible for providing their contact information and vouching for any last-minute additions not on the EAL. The form emphasizes that identity will be proofed at the gate upon arrival and that the detailed submission process is crucial due to the PRC's increased workload.
    This document is a wage determination for Service Contract Act-covered contracts in specific Texas counties (Edwards, Kinney, Real, Uvalde, Val Verde), with the last revision on July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award/renewal date. The document lists various occupations with their corresponding hourly rates and outlines fringe benefits, including health & welfare, vacation, and eleven paid holidays. It also specifies conditions for paid sick leave under EO 13706 and provides guidelines for computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The conformance process for unlisted occupations is also detailed, emphasizing the use of Standard Form 1444 and the 'Service Contract Act Directory of Occupations'.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...