Carpet Removal and Flooring Installation for B1630/1635
ID: FA930225Q0064Type: 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 Buildings 1630 and 1635 located at Edwards Air Force Base in California. The project involves the removal of existing carpet and the installation of new plank vinyl tile, with a performance period not exceeding 30 days. This procurement is a Total Small Business Set-Aside under NAICS code 561210, emphasizing the importance of utilizing small businesses in federal contracting. Interested parties must submit their quotes by August 7, 2025, at 12:00 PM PDT, and are encouraged to attend a site visit scheduled for August 1, 2025, to better understand the project requirements. For further inquiries, contact Karla Vazquez at karla_lizette.vazquez_montes@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The laboratory report addresses the detection of asbestos in various building materials sampled from Building 1635 at Edwards Air Force Base. Conducted by EMC Labs, Inc., the analysis employed Polarized Light Microscopy methods in accordance with EPA guidelines. The report details the sampling collected on April 30, 2025, and analyzed on May 29, 2025. Multiple layers of materials, including cove base mastic, joint compounds, and gypsum board, were identified. While most layers contained no asbestos, one joint compound layer was noted to contain a 10% cellulose fiber component. The report emphasizes that the results are specific to the samples tested and do not necessarily represent the entire lot. Additionally, it underscores the necessity for careful handling and potential remediation of materials identified as hazardous. The detailed findings will be crucial for any ongoing regulatory compliance and safety measures in construction or renovation projects at the site. This document highlights the importance of environmental health assessments within federal projects, ensuring that materials are properly evaluated for safety and compliance with federal regulations.
    The document, titled "25-0152 ERP Map, Buildings 1630 and 1635, Main Base Flightline, 16 Jun 25," is a two-page file detailing Environmental Restoration Program (ERP) monitoring and vapor wells located at Buildings 1630 and 1635 on the Edwards Air Force Base Main Base Flightline. The document includes an ERP Legend on its first page. The images and information presented in the file are sourced from the Edwards AFB GeoBase MapViewer, accessed on June 16, 2025. This document appears to be a technical reference or record related to environmental monitoring efforts, likely for compliance or remediation purposes within a federal government installation.
    The document, likely a handout or guideline for government personnel, focuses on the protection of the federally threatened Desert Tortoise. It outlines the tortoise's characteristics, protected status under the Endangered Species Act and U.S. Fish and Wildlife Service Biological Opinion (specifically for Edwards AFB), and the penalties for unauthorized collection or harassment. Key behaviors, such as spending over 90% of its life underground and being attracted to water, are noted. The document provides clear instructions on how to protect the Desert Tortoise, including guidelines for moving a tortoise found in immediate danger on a road, checking under vehicles, keeping vehicles on approved paths, and reporting sightings to 412 CEG/CEVA. It also emphasizes preventing raven attraction by properly managing trash and ensuring water tanks are free of leaks, as ravens are major predators. This information is crucial for compliance with environmental regulations within federal operations.
    The document outlines the importance of protecting cultural resources at EAFB, which include historic-era, military, and American Indian (Prehistoric) resources, some dating back 12,000 years. It emphasizes that these resources, once gone, cannot be recovered. The Environmental Management Group collaborates with security, utilizing cameras near archaeological sites, to enforce Cultural Resources protection. The guidelines provided are: "If you did not drop it, do not pick it up" and "If it is not yours, leave it alone." Cultural resources are defined as physical evidence or places of past human activity, or sites, structures, landscapes, objects, or natural features significant to traditionally associated groups. This document serves as a protective directive for cultural resources within a government context, likely for compliance with federal or state regulations.
    The document presents an Environmental Restoration Project (ERP) involving monitoring and vapor wells at Buildings 1630 and 1635 on the Main Base Flightline, as outlined in a map dated June 16, 2025. It includes a visual representation of the ERP legend to aid in understanding the context of the project. The images referenced are sourced from the Edwards Air Force Base GeoBase MapViewer. This initiative falls within the purview of federal government regulations regarding environmental assessments, likely associated with RFPs or federal grants that aim to ensure compliance with environmental standards around military facilities. The document emphasizes the importance of monitoring environmental conditions surrounding these specific buildings, pointing to ongoing efforts to address possible contamination and maintain environmental safety in relation to military operations.
    The document focuses on the conservation of the Desert Tortoise, a federally protected species listed as Threatened under the Endangered Species Act and the official state reptile of California. It outlines essential information regarding the tortoise’s habitat, behavior, and legal protections. The Desert Tortoise, found mainly in the Mojave and parts of the Sonoran Desert, primarily spends its life underground in burrows and is most active in Spring and Fall, although sightings can occur year-round, particularly after rain. The U.S. Fish and Wildlife Service mandates protections at Edwards Air Force Base, including severe penalties for unauthorized handling or harassment. Key recommendations for protecting the tortoise include avoiding unnecessary handling, checking underneath parked vehicles, keeping to designated roads, and reporting sightings to relevant authorities. The document emphasizes preventing predation by ravens through responsible trash disposal and ensuring water sources do not leak. This summary highlights the significance of the Desert Tortoise and the guidelines in place to support its conservation, which may be relevant for federal and local RFPs and grant applications aimed at environmental protection and wildlife management initiatives.
    The Environmental Management Group at EAFB emphasizes the protection of cultural resources tied to past human activity, including historic-era, military, and American Indian resources that may date back as long as 12,000 years. Their collaboration with security involves measures such as surveillance near archaeological sites to enforce protections. Cultural resources are significant to associated groups, defined as sites, objects, landscapes, or structures of historical importance. The document underscores the group's commitment to safeguarding these irreplaceable resources to prevent their permanent loss. This focus is essential within the context of government initiatives, reflecting the importance of preserving cultural heritage in federal and local contexts. Overall, the document stresses the necessity of maintaining cultural resources for future generations.
    The document appears to be a list of measurements, likely square footage, for various spaces or facilities. The entries include specific numerical values followed by "Sq Ft" or "SQ ft.", indicating area measurements. One entry, "Facility 1630 East," is also listed with an associated square footage. This type of information is commonly found in government RFPs, federal grants, or state and local RFPs where specifications for facility space, construction, or renovation projects are outlined. The purpose of this list is to detail the dimensions or areas of different locations, which would be crucial for planning, budgeting, or allocating resources for government-related projects.
    The document outlines various square footage measurements for a facility, identifying specific areas that require attention or assessment. These measurements include dimensions of 832.8, 232.18, 274.48, 201.82, 596.25, 183.75, 539.54, and 822.74 square feet, all tied to a location designated as "Facility 1630 East." The data suggests a focus on spatial considerations relevant to potential requests for proposals (RFPs) or grants, indicating an evaluation of the facility's capacity or suitability for future projects. Recognizing and documenting these spatial aspects is essential for informing stakeholders and ensuring compliance with federal and state guidelines in planning and executing projects related to facility upgrades or operational improvements. Overall, the document serves as a preliminary assessment formatted for inclusion in broader RFPs or grant applications, ultimately aiming to guide future decisions concerning facility management and development.
    The document outlines specifications for "Creation Clic 28," a luxury vinyl tile (LVT) flooring system designed for commercial applications. This product features a patented vertical locking system for quick installation with minimal disruption, making it suitable for environments such as schools, medical offices, and retail spaces. Key benefits include high water resistance, excellent acoustic properties with a 15 dB noise reduction from foot traffic, and a stain-resistant wear layer. It is environmentally friendly, meeting low VOC emission standards and containing recycled materials, thus contributing to LEED certification. The document also provides technical details including thickness, weight, and installation requirements, as well as safety guidelines for the accompanying Gerfix LVT spray adhesive, which allows for moisture-resistant installations. This technical information serves as a reference for RFPs, federal grants, and local projects related to construction and renovation, highlighting the product’s efficiency and sustainability in building solutions. The content emphasizes its compliance with environmental standards and functions essential to procurement evaluations in the government context, reinforcing the importance of choosing sustainable products for public use.
    This document addresses questions regarding an RFP for carpet removal and flooring installation (B1643). Key details include: floor plans are available in attachments; working hours and furniture movement instructions are in the Statement of Work (SOW); the existing carpet is tile, not broadloom. An asbestos test has been performed, and results are attached. No moisture test has been conducted or is required. Utilizing a qualified subcontractor for flooring installation is permissible, provided they comply with the Service Contract Act, with no additional documentation or approval needed. This information clarifies critical aspects for potential contractors bidding on the project.
    The document outlines questions and answers regarding a Request for Proposal (RFP) for carpet removal and flooring installation (B1643). Key topics include the provision of a building floor plan, which is found in the attachments, and the specified working hours dictated in the Statement of Work (SOW). The current flooring consists of carpet tiles, and an asbestos test has been conducted, with results included in the solicitation. No moisture test is required, and while contractors can subcontract flooring installation, they must comply with the Service Contract Act without the need for additional documentation. This document serves as a vital reference for contractors bidding on the project, clarifying requirements and expectations.
    The document appears to be a corrupted or improperly formatted government file that likely pertains to federal and state RFPs (Requests for Proposals) and grants. The content suggests it is addressing various initiatives, funding opportunities, or compliance requirements relevant to governmental entities, focusing on community or environmental projects. While specific details cannot be extracted due to the file's corruption, typical components of such documents include guidelines for submitting proposals, eligibility criteria, project scope, and funding allocations. In the context of government RFPs and grants, the primary purpose often revolves around inviting organizations to propose solutions or services that meet identified needs. Such documents aim to provide transparency in the funding process while ensuring that taxpayer money is utilized effectively. They also address compliance with regulations and standards, typically providing specific criteria for project execution to ensure alignment with governmental objectives. The overall emphasis is likely on promoting fiscal responsibility and community engagement through public funding mechanisms, thereby improving local infrastructures or services.
    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 to Karla Vazquez or Abel Alcantar by 11:00 AM PDT on July 29, 2025. Requests must be in PDF format on contractor letterhead and include personal details such as name, place and date of birth, social security number, citizenship, and driver’s license information. To prevent PII breaches, unencrypted email submissions will not be accepted; alternative submission methods are available upon contacting the POCs. All attendees must have a REAL ID to enter the base. Visitors are also reminded of base regulations regarding vehicle operation, including prohibitions on cell phone use without hands-free devices and radar detectors, and requirements for valid identification, insurance, and seatbelt use.
    Edwards Air Force Base is hosting a site visit for commercial providers interested in carpet removal and flooring installation services for facilities B1630/1635 and B1643 on August 1, 2025. While attendance is optional, it is encouraged. Attendees must submit a request before July 29, 2025, including personal information such as name, place of birth, social security number, and identification details, in PDF format using encrypted email. All visitors are required to present a REAL ID to enter the base. The document outlines specific regulations for vehicle operation on the base, including the prohibition of certain devices and requirements for valid registration. It emphasizes safety protocols and compliance with traffic codes. Overall, the site visit serves to inform potential contractors about upcoming flooring projects while ensuring adherence to security measures and operational guidelines within a military installation.
    The document outlines a solicitation for a Women's-Owned Small Business (WOSB) contract focused on the removal of carpeting and installation of new plank vinyl flooring in specific buildings. It details the requisition number, contractor information, effective dates, and submission requirements for quotes, including a firm fixed-price arrangement for each specified service. The scope of work includes carpet removal, the purchase of new flooring, and installation services, with specific product service codes assigned. The contractor is required to adhere to various Federal Acquisition Regulations (FAR) clauses, including those related to labor standards, environmental practices, and compliance with telecommunication service restrictions. Additionally, it mandates compliance with requirements for unique item identifiers for deliverables above a specified cost threshold. The contracts aim to enhance acquisition processes while promoting economic opportunities for women-owned businesses, thereby aligning with federal efforts to support diverse business participation in government procurement.
    The document FA9301-21-A-0004 outlines a Blanket Purchase Agreement (BPA) for the removal of carpets and installation of vinyl plank flooring at Buildings 1630 and 1635, Edwards Air Force Base, CA. Effective from July 3, 2025, the contractor must provide all necessary personnel, equipment, and materials while adhering to strict guidelines set by the government. Key aspects include a 30-day performance period, strict communication protocols between the contractor and government officials, and adherence to utility conservation practices. The contractor is responsible for ensuring a safe working environment, complying with OSHA regulations, and maintaining a thorough safety plan. The contractor's employees must be U.S. citizens, wear identifiable uniforms, and adhere to security measures on base. The agreement prohibits the contractor from performing inherently governmental functions and mandates thorough documentation and communication of any issues affecting the contract's timeline. Additionally, there are specific procedures for managing hazardous materials, maintaining records, and ensuring safety and environmental standards. This BPA showcases the government's commitment to ensuring quality service while adhering to safety and security protocols.
    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.
    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.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    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.
    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.
    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.
    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.