JA Carpet Replacement
ID: FA483025Q0067Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Carpet and Rug Mills (314110)

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 seeking qualified contractors for a carpet replacement project at Building 105, Suite 241, Moody Air Force Base, Georgia. The project involves the removal of existing carpets, installation of new carpets from approved vendors, and adherence to the Air Force Carpet Program, with a completion timeline of 90 days. This procurement is crucial for maintaining the operational integrity and aesthetics of the office space, ensuring compliance with military standards. Interested contractors must submit their offers by August 4, 2024, at 2:00 PM EST, and can direct inquiries to Aden Luna at aden.luna@us.af.mil or Lance I. Dela Cruz at lance.dela_cruz@us.af.mil.

    Files
    Title
    Posted
    This government document outlines a Request for Proposals (RFP) aimed at improving community-based mental health services. The initiative seeks to engage qualified vendors to design and implement evidence-based programs that enhance access to mental health care for underserved populations. Key objectives include increasing service availability, reducing stigma associated with mental health issues, and promoting wellness and recovery principles. The RFP details the expected scope of work, evaluation criteria, funding availability, and application procedures. Interested vendors must demonstrate relevant experience, the capacity for collaboration with local organizations, and a commitment to inclusivity. This RFP aligns with federal and state goals to advance mental health initiatives, emphasizing the importance of community resources in addressing mental health challenges. The document serves as a roadmap for applicants, ensuring adherence to guidelines and fostering transparency in the selection process. Overall, it reflects a strategic investment in mental health resources aimed at improving community well-being and reducing disparities in access to care.
    The document provides concise directions for entering Moody Air Force Base, specifically at the main gate. Visitors are instructed to follow an orange line leading to designated parking areas or any available spaces. This straightforward guidance pertains to facilitating access for authorized personnel and visitors to the base. While brief, the content is important for ensuring efficient traffic flow and visitor management at a federal military installation, reflecting the organized practices typically found in security protocol documentation related to Department of Defense facilities. This highlights the need for clear communication in government operations regarding entry regulations and logistical considerations.
    The Department of the Air Force's 23d Security Forces Squadron at Moody Air Force Base requests installation access for personnel to conduct a site visit related to a carpet installation project at Building 105 (RFQ: FA483025Q0067). The memorandum specifies the need for access passes for certain individuals, including details such as full names, social security numbers (last six digits), organization or school affiliation, and pass expiration (valid for up to one year). The request underlines the necessity of protecting personal information, marked as Controlled Unclassified Information (CUI) under the Freedom of Information Act of 1996 and the Privacy Act of 1974. Unauthorized use or disclosure of this information may lead to serious legal penalties. The document embodies the operational protocols associated with federal contracting, ensuring compliance and safeguarding sensitive information throughout the contracting process.
    The document outlines the Statement of Work for a carpet replacement project at Building 105 Suite 241, Moody AFB, Georgia. The contractor is responsible for preparing the site, which includes moving furniture, removing existing carpets and baseboards, installing new carpets, cove bases, and transitions. The contractor must adhere to the Air Force Carpet Program and select materials from approved vendors. Key performance requirements include providing samples, managing installation by certified installers, and ensuring thorough disposal of old materials. The project's timeline is capped at 90 days, with work scheduled during standard duty hours. Safety regulations and OSHA compliance are emphasized, and a site visit is offered to ensure contractors understand the scope. Upon completion, cleaning and inspections by Air Force Civil Engineering will occur before returning furniture to its original positions. The contractor must provide warranties on workmanship and materials. This document serves as a formal request and guideline for contractors, indicating the government's need for specialized flooring services while prioritizing compliance with military standards.
    The provided document appears to be an initial loading message from a PDF viewer, indicating that the content is not accessible due to compatibility issues with the file format. It suggests upgrading to the latest version of Adobe Reader and provides links for assistance, highlighting that Windows, Mac, and Linux are registered trademarks of respective companies. Since the actual content of the RFP or grant file is not presented, a detailed analysis or summary focusing on key ideas, topics, or supporting details cannot be accurately performed. The document's purpose relates to facilitating access to federal government RFPs, grants, or related content by addressing technical issues encountered by users. As such, no substantive information is available for summarization or critical evaluation.
    Lifecycle
    Title
    Type
    JA Carpet Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Carpet Cleaning BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    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.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@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.
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base (AFB) in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves various construction activities including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the notice to proceed. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.