ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Refinishing of Gymnasium Floors

DEPT OF DEFENSE N4008526R0012
Response Deadline
May 21, 2026
13 days left
Days Remaining
13
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Navy, NAVFACSYSCOM Mid-Atlantic, is seeking a small-business set-aside contract for refinishing and maintaining gymnasium floors at Marine Corps Base Camp Lejeune and nearby Marine Corps installations in North Carolina. The work includes sweeping, screening, recoating, dust mopping, buffing, finishing, and related repairs to hardwood gym floors, along with restoring court markings, logos, and other painted features. The scope also calls for annual fixed-price services across 37 areas totaling an estimated 164,710 square feet, with performance expected to follow a performance-based service approach and to use commercial-grade oil-based polyurethane and approved line-marking materials that meet the cited standards. A site visit is scheduled for May 14, 2026, RFIs are due May 15, 2026, and proposals are due May 21, 2026, at 12:00 PM EST; the listed contacts are Brandi Porche and Lauren Loconto.

Classification Codes

NAICS Code
238330
Flooring Contractors
PSC Code
Z1FB
MAINTENANCE OF RECREATIONAL BUILDINGS

Solicitation Documents

24 Files
Sources Sought 26R0012.pdf
PDF276 KBOct 17, 2025
AI Summary
This is a Sources Sought Notice from Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic to identify potential small business offerors for gymnasium floor refinishing services. The work includes applying finish coats, cleaning, buffing, dust mopping, repairs, and repainting court lines. NAVFAC intends to award a Firm Fixed Price contract with a one-year base period and four option years, totaling up to 60 months. The NAICS code is 238330 with a $19,000,000 annual size standard. Interested HUB Zone, 8(a), Service-Disabled Veteran Owned, Women Owned, Economically Disadvantaged Women Owned, or other Small Businesses must submit a capability statement by October 30, 2025, by 2:00 PM EST, including technical ability, active SAM registration (UEI, CAGE code), Small Business representation, and WAWF registration. Responses should be emailed to Brandi Porche at brandi.l.porche.civ@us.navy.mil and Regenia D. Guest at regenia.d.guest.civ@us.navy.mil. If insufficient small business interest is received, the solicitation will be issued as unrestricted. The actual solicitation will be available on sam.gov after November 1, 2025.
Amend 0001 26R0012.pdf
PDF119 KBMay 8, 2026
AI Summary
This document is Amendment 0001 to Solicitation N40085-26-R-0012, issued by NAVFAC Mid-Atlantic, Resident Officer in Charge of Construction. It addresses various requests for information (RFIs) regarding a contract for gym floor maintenance, clarifies the scope of work, and revises key dates and attachments. The amendment specifies that refinishing includes sweeping, screening, and recoating, while sanding falls under IDIQ refurbishment. It confirms the presence of game lines and logos on gym floors. The annual fixed-price work will involve dust mopping, buffing, and finishing for an estimated 164,710 SQFT across 37 areas. A site visit is scheduled for May 14, 2026, at Lejeune High School. The deadline for RFIs has been extended to May 15, 2026, and proposals are now due on May 21, 2026, at 12 PM EST. The amendment also updates attachment J-1503010-05, removing several buildings and reducing courts in others. It emphasizes that teaming arrangements are acceptable and requires the use of commercial-grade oil-based polyurethane and Bona Sport Court lines or equivalent, meeting MFMA, AFSFSCL, and Group III Finish standards. All other terms and conditions of the original solicitation remain unchanged.
Revised J-1503010-05.pdf
PDF81 KBMay 8, 2026
AI Summary
The document,
Solicitation N4008526R0012.pdf
PDF26583 KBMay 8, 2026
AI Summary
The document is a Standard Form 33,
Statement of Work (SOW).pdf
PDF523 KBMay 8, 2026
AI Summary
This government file outlines the general information, management, and administrative requirements for a service contract at Marine Corps Base Camp Lejeune, North Carolina. The contract requires the provision of labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering for floor services at various locations. The document details the Navy's approach to service contracting, emphasizing partnering, contractor knowledge, industry best practices, and a performance-based service acquisition (PBSA) approach. Key administrative requirements include government working hours, wage determinations, required meetings, permits, licenses, insurance, and protection of government property. The file also covers contractor-furnished items, management procedures, quality management systems, personnel requirements (including key personnel like Project Managers, Quality Managers, and Site Safety and Health Officers), and comprehensive security and safety programs.
J -1503010 - Deliveries or Performance.pdf
PDF199 KBMay 8, 2026
AI Summary
The document outlines deliverables for a government contract related to gym floors, likely an RFP. Key deliverables include annual training on floor maintenance and care, a proposed work schedule, a building work plan, and the brand of oil-based finish/sealer to be used, all due within 15 days post-award and submitted to the KO. Additionally, the document details instructions for preparing an
J -1503010 Table of Contents.pdf
PDF45 KBMay 8, 2026
AI Summary
Section J of the document outlines the attachments and exhibits relevant to a government solicitation, likely an RFP or grant. It provides a table of contents detailing various attachments. These include J-1503010-01 for definitions and acronyms, J-1503010-02 for references and technical documents, and J-1503010-03 for maps and locations. Further attachments cover J-1503010-04 for floor plans, J-1503010-05 for building square footage, and J-1503010-06 for requirements related to refinishing and repair of gymnasium floors. Finally, J-1503010-07 details the Performance Assessment Plan (PAP). This section serves to organize and enumerate all supporting documentation crucial for understanding and responding to the overarching government file.
J-1503010-01 Definitions and Acronyms.pdf
PDF101 KBMay 8, 2026
AI Summary
This government file, Attachment J-1503010-01, provides a list of definitions and acronyms relevant to janitorial services, likely for a federal, state, or local Request for Proposal (RFP) or grant. It clarifies key terms such as 'Clean,' defining it as free of various residues, and 'Coating,' which refers to applying a sealing finish to floors. 'Debris' is broadly defined to include litter and similar items, while 'Dust Free Spaces' are areas requiring specific dust emission controls. The document also defines 'Sightly' as attractive and consistent with purpose, and 'Space' as any area receiving janitorial services. These definitions ensure a common understanding of terminology for contractors bidding on or performing janitorial services.
J-1503010-02 Reference andTechnical.pdf
PDF97 KBMay 8, 2026
AI Summary
The document, titled "ATTACHMENT J-1503010-02 REFERENCES AND TECHNICAL DOCUMENTS," serves as a listing of essential references and technical documents. These include the National Electrical Code (NEPA 70), Occupational Safety & Health Administration (OSHA), U.S. Army Corps of Engineers (EM385-1-1), and Group 3 Maple Flooring Manufacturer's Association #29 Product List (Group 3 Product #29). This attachment is crucial for government RFPs, federal grants, and state/local RFPs, as it outlines the authoritative standards and guidelines that must be adhered to in project execution, ensuring compliance, safety, and quality across various technical domains.
J -1503010-03 Maps and Locations.pdf
PDF3473 KBMay 8, 2026
AI Summary
The document, identified by the consistent reference J-1503010-03 throughout its pages, appears to be a fragmented file containing various alphanumeric codes, symbols, and what seems to be technical or procedural notations. While the specific content is highly abstract and lacks explicit narrative, the repeated identifier suggests it is part of a larger structured document, possibly related to a government Request for Proposal (RFP), federal grant, or state/local RFP process. The visual elements, including what could be diagrams or flow indicators, hint at a technical or logistical subject matter. Without further context, a precise summary of its purpose or topic is not possible, but its structure indicates it serves as an internal reference or component within a broader governmental or administrative framework.
J-1503010-04 Floor Plans.pdf
PDF457 KBMay 8, 2026
AI Summary
The document, identified as J-1503010-04, details asbestos reinspection and inspection activities across various buildings at USMC Camp Lejeune, NC, and MCAS New River, N.C. Specific buildings, such as 730, 751, FC332, M129, TT2457, and AS4400, are listed with their respective inspection years (e.g., CY05, CY2007). The file also includes floor plans and demolition notes for a physical fitness center (Building BB-2), indicating removal of existing structures and installation of new ones, along with a room finish schedule detailing paint and floor work. Significantly, hazardous material notes identify asbestos-containing materials (roof flashing, textured spray on walls/ceilings, plaster) and lead-based paint (wainscot, baseboard, stairway wall cap) in Room 107 and stairway areas. Additionally, the document contains GSFINET calculations for numerous buildings (e.g., 1947, 4358, 835, 021, 5549, 836, 1954A, C05, S2036, S2037, 2027, 2028), providing gross and net square footage based on Army RPI DOA Pamphlet 415.24. This document consolidates critical information for facility management, renovation, and hazardous material abatement at these military installations.
J -1503010-05 Square Footage.pdf
PDF122 KBMay 8, 2026
AI Summary
The document, titled "ATTACHMENT J-1503010-05 BUILDING SQUARE FOOTAGE," is a detailed inventory of square footage for various buildings and rooms, likely part of a government Request for Proposal (RFP) or grant application related to facility management, construction, or renovation. It lists specific square footage for numerous areas such as gyms, courts, aerobic rooms, stages, studios, and educational facilities like Lejeune High, Brewster Middle, Johnson Primary, and Bitz Intermediate. The document systematically breaks down the square footage by building number or name and provides descriptions for specific areas within those buildings. The total square footage for different categories, including "Subtotal SF (Base)" and "Subtotal SF (DoDEA Schools)," is also provided. This attachment serves to clearly outline the spatial requirements or existing building dimensions for a federal government project.
J-1503010-06 Requirements.pdf
PDF480 KBMay 8, 2026
AI Summary
This document outlines the requirements for refinishing and repairing gymnasium floors, focusing on detailed steps for sanding, sealing, and finishing. The contractor must ensure bleachers are retracted, sand the existing floor to raw wood, and repair any damaged areas. The sanding process requires a minimum of three cuts (coarse, medium, fine) and a final screen sanding for a smooth surface. Two coats of sealer and two coats of commercial-grade oil-based polyurethane finish are specified, with thorough cleaning and proper drying times between applications. Additionally, the contractor is responsible for re-applying all court markings, logos, and a Marine Corps emblem using approved oil-based enamel paint, ensuring distinct edges. Finally, the installation of new three-inch by four-inch vented cove base with mitered inside corners and pre-molded outside corners is required.
J -1503010-07 PAP.pdf
PDF574 KBMay 8, 2026
AI Summary
This Performance Assessment Plan (PAP) outlines the methodology for evaluating contractor performance for gymnasium floor refinishing services at Marine Corps Base Camp Lejeune and surrounding areas. It details roles and responsibilities for personnel like the Performance Assessment Representative (PAR) and the Performance Assessment Board (PAB), emphasizing training, safety, and security. The plan describes assessment methods, including periodic sampling and customer complaints, and the process for evaluating the contractor's Quality Management System (QMS). It includes procedures for post-award planning, scheduling, and conducting assessments at various levels (AL1, AL2, AL3), with specific steps for documenting defects, recommending rework or withholdings, and addressing safety issues. The PAP also covers monthly performance summaries, invoice validation, and PAB evaluations, ensuring adherence to contract requirements and fostering a positive Government-Contractor relationship.
1503010-08 FAP Gymnasium Floors.pdf
PDF645 KBMay 8, 2026
AI Summary
The Functional Assessment Plan (FAP) for "Finishing of Hardwood Floors" (1503010) outlines performance objectives, standards, and assessment methods for contractors. This document details three assessment levels (AL1, AL2, AL3) triggered by unsatisfactory performance, with AL1 being the starting point. Assessment frequencies range from annually to as required, utilizing methods like periodic sampling, customer complaints, and unscheduled visits. Key performance objectives include providing scheduled floor services to ensure cleanliness and uniform shine, comprehensive floor care services, dust mopping, buffing, touch-up painting of court lines and logos, and proper finishing of floors. Specific standards are provided for each task, such as sanding down to raw wood, applying sealer and two coats of finish, and ensuring distinct game lines. The FAP also addresses non-recurring work and includes a monthly performance assessment summary to rate contractor performance in various categories.
J-0200000 Table of Contents.pdf
PDF46 KBMay 8, 2026
AI Summary
This document, Section J of a government file, outlines the various attachments integral to a federal procurement process, likely for an RFP or grant. It serves as a table of contents for critical supporting documents. Key attachments include J-0200000-01 for Definitions and Acronyms, J-0200000-02 for Wage Determination, and J-0200000-03 for Directives, Instructions, and References, all essential for compliance and clarity. Financial and reporting requirements are covered by J-0200000-04, the Invoice Form, and J-0200000-06, Exhibit Line Item Numbers (ELIN). Furthermore, the document emphasizes safety and incident reporting through J-0200000-05-1, Contractor Significant Incident Report (CSIR); J-0200000-05-2, Motor Vehicle Accident Report; and J-0200000-05-3, Contractor Hazardous Material Inventory Log. This section ensures all necessary documentation for a comprehensive and compliant government contract is clearly identified and organized.
J-0200000-01 Definitions and Acronyms.pdf
PDF116 KBMay 8, 2026
AI Summary
The document, ATTACHMENT J-0200000-01, provides a comprehensive list of definitions and acronyms relevant to government contracts, particularly within facilities management and maintenance. Key terms include "Assessment," referring to facility surveys or inspections; "Asset," a general term for managed items like components or buildings; and "Business Management System (BMS)," a web-based tool for managing business processes. Important roles like "Competent Person," "Contracting Officer (KO)," and "Contractor" are defined, alongside financial terms such as "Direct Material Costs" and "Fixed Burden Rate (FBR)." The document also clarifies technical aspects like "Component Inventory Management Unit (CIMU)" for organizing maintenance units, "Electronic Operation And Maintenance And Support Information (eOMSI)" for technical facility data, and various types of services like "Frequency Of Service" (Annual, Semiannual). Programs like "Infrastructure Condition Assessment Program (ICAP)" and systems like "USMC MAXIMO" for asset data management are explained. The definitions cover quality assurance (QA), quality control (QC), and property management, ensuring clarity and consistency in terminology for federal government RFPs, grants, and state/local RFPs.
J-0200000-02 Wage Determination.pdf
PDF84 KBMay 8, 2026
AI Summary
This government file, Wage Determination No. 2015-4389, outlines the required wage rates and fringe benefits for service contract employees in Onslow County, North Carolina, as directed by the U.S. Department of Labor. It lists numerous occupations across various sectors, including administrative, automotive, health, IT, and maintenance, each with a specified hourly wage. The document details fringe benefits such as health and welfare (including a specific rate for contracts covered by EO 13706 for paid sick leave), vacation accrual based on years of service, and eleven paid holidays annually. It also provides important notes regarding Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors). Special provisions are included for computer employees regarding exemption classifications and for air traffic controllers and weather observers concerning night and Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance policies are also specified. The document concludes with a conformance process for unlisted job classifications, emphasizing the importance of aligning duties with existing classifications for wage determination.
J-0200000-03 Directives Instructions and References.pdf
PDF50 KBMay 8, 2026
AI Summary
The document,
J-0200000-04 Invoice Form.pdf
PDF132 KBMay 8, 2026
AI Summary
The NAVFAC 7300/30 Invoice Form (Rev 2/01) is a critical document for federal government contractors to submit statements of performance and payment requests. It details the contractor's invoice, including contract value, performance percentage, and prior payments, culminating in the amount due for the current invoice. The form also includes sections for a First Endorsement, which certifies receipt and acceptance of services, recommends payment based on completed work, and tracks key dates like material receipt and acceptance. Finally, a Prompt Payment Certification section ensures that accounting data is accurate, funds are obligated, and the invoice is proper for payment, with provisions for listing accounting lines. This multi-part form streamlines the invoicing and payment process for government contracts, ensuring compliance and proper financial management.
J-0200000-05-1 CSIR.pdf
PDF667 KBMay 8, 2026
AI Summary
The Contractor Significant Incident Report (CSIR) form, Attachment J-0200000-05-1, is a mandatory government document for contractors to report accidents and incidents. It requires detailed information on injuries, illnesses, fatalities, property damage exceeding $2000, and near-misses. The report is structured into nine sections covering general information, personal and witness details, contract specifics, a comprehensive accident description with direct and indirect causes, actions taken to prevent recurrence, injury/illness details, causal factors, and OSHA information. Instructions outline procedures for initial, follow-up, and final reports, emphasizing the prime contractor's responsibility for submission within specified timeframes. This ensures thorough investigation and corrective actions for safety and regulatory compliance in government-contracted projects.
J-0200000-05-2 Motor Vehicle Accident Report.pdf
PDF92 KBMay 8, 2026
AI Summary
The provided document, ATTACHMENT J-0200000-05-2, is a Motor Vehicle Accident Report form. Its purpose is to collect essential information following a vehicular accident. The form requires details such as the date and time of the incident, the year, make, and model of the vehicle involved, and the driver's name, home address, and telephone number. It also asks for the vehicle's registration number or name. A significant portion of the form is dedicated to a detailed description of the accident, providing ample space for a comprehensive account. The document concludes with a signature line for the reporting individual, with a note indicating that additional space can be used if needed. This form is a standard administrative tool likely used by government agencies for incident reporting, record-keeping, and potentially for insurance or investigative purposes within the context of federal or state operations.
J-0200000-05-3 Contractor Hazardous Material Inventory Log.pdf
PDF60 KBMay 8, 2026
AI Summary
The document,
J-0200000-06 ELIN Proposal (FY26).pdf
PDF146 KBMay 8, 2026
AI Summary
This government file details a comprehensive Request for Proposal (RFP) for the refinishing of gymnasium floors across various facilities, including both Base and DoDEA School Sport Facilities. The RFP is structured into a base period and four option years, each with recurring and non-recurring line items. Recurring services predominantly involve routine maintenance such as dust mopping, buffing with steel wool, and applying polyurethane or finish coats. Non-recurring services are more extensive, encompassing touch-ups and repainting of game lines, lettering, and painted areas, repair of wood flooring, replacement of vinyl cove base molding, sanding, sealing, and the application of multi-color logos. The document meticulously lists quantities and units of issue for each service across the different periods, indicating a focus on detailed pricing and scope of work for each task. The overall purpose is to solicit bids for ongoing and specialized gymnasium floor maintenance and restoration.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 16, 2025
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJul 15, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Place of Performance

Camp Lejeune, North Carolina, UNITED STATES

Official Sources