Flooring BPA
ID: FA449726Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Flooring Contractors (238330)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

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 proposals for a Blanket Purchase Agreement (BPA) for flooring installation and removal services at Dover Air Force Base in Delaware. Contractors will be required to provide all necessary labor, materials, tools, and supervision for the installation and removal of various flooring types, including carpet, vinyl composite tile, and rubber tiling, while adhering to strict safety and compliance regulations. This opportunity is particularly significant as it is set aside for small businesses, with a total contract value of $19 million over a five-year period, and individual purchases capped at $25,000. Interested parties should submit their quotes using the provided Excel template and can contact Contracting Officer Kelton A. Sands or Contracting Specialist Bryce M. Ganske for further information.

    Files
    Title
    Posted
    The Performance Work Statement outlines requirements for flooring installation and removal services at Dover Air Force Base. The contractor must provide all labor, materials (including specific carpet brands from mandatory-use contracts), tools, equipment, and supervision. Key aspects include strict safety precautions, proper handling and disposal of hazardous materials with required Material Safety Data Sheets (MSDS) and monthly reports, and compliance with federal and Air Force regulations. The government may furnish floor coverings on a case-by-case basis and will evaluate performance. Contractors must adhere to operational security (OPSEC), antiterrorism awareness training, and specific badging and installation access policies. All contractor labor hours, including subcontractors, must be reported, and records management must comply with Air Force instructions.
    This government file, FA449726Q0001, details pricing for various flooring services, likely for a federal government Request for Proposal (RFP). It is divided into three main sections: A-2-1 Carpet, A-2-2 Vinyl Flooring, and A-2-3 Rubber Tiling. Each section outlines specific items, descriptions, and units for labor and materials. Services include removal and disposal of existing flooring and molding, installation of new carpet with or without padding, carpet tiles, vinyl composition tile, and rubber tile, along with associated cove base molding and adhesives. The document also covers floor preparation, minor patching, and specifies different types of carpet by nylon, loop, ounce, and pattern. Crucially, it includes percentage markups over wholesale prices for materials and labor hours for government-owned flooring installations, requiring Contracting Officer approval. This structured format provides a clear basis for bids on flooring installation and removal projects within government facilities.
    This government solicitation, FA449726Q0001, is a Blanket Purchase Agreement (BPA) for flooring supplies and installation services, set aside for Women-Owned Small Businesses (WOSB). The contract, valued at $19,000,000.00, runs from April 1, 2025, to March 31, 2030, with individual purchases limited to $25,000.00. It outlines specific terms, conditions, and payment instructions, including electronic invoicing via Wide Area WorkFlow (WAWF) and requirements for item unique identification. The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering areas like small business utilization, labor standards, and supply chain security. An ombudsman is designated to address concerns, and contractors must comply with Air Force installation access rules. Key attachments include a Performance Work Statement, Wage Determination, and a Price List. It also details the reporting and disclosure requirements for Federal Acquisition Supply Chain Security Act (FASCSA) orders.
    Lifecycle
    Title
    Type
    Flooring BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    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.
    Sports Officials BPA for DAFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide sports officiating and scorekeeping services at Dover Air Force Base in Delaware. The contractor will be responsible for supplying all necessary labor, tools, equipment, uniforms, materials, supervision, and transportation for various intramural and Youth Center sports activities, including flag football, softball, basketball, soccer, and volleyball. This procurement is crucial for maintaining organized recreational sports programs for military personnel and their families. The estimated total award amount is $17,500,000, with quotations due by December 12, 2025, at 12:00 PM EST. Interested parties can contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5220 for further information.
    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.
    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//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    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.
    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.
    ZDV CTRB Raised Floor
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.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.