B1000 Carpet Replacement
ID: FA460025Q0066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Carpet and Rug Mills (314110)

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 bids for the B1000 Carpet Replacement project at Offutt Air Force Base in Nebraska. This procurement involves the replacement of approximately 2,350 square yards of carpet, including the purchase of new carpet to match existing styles, removal and replacement of corridor carpet while salvaging reusable sections, and installation of carpet in private office spaces using both salvaged and new tiles. The project is a total small business set-aside under NAICS Code 314110, emphasizing the importance of maintaining operational functionality during the work, particularly in secure areas where escorts will be required. Interested contractors must submit their offers by August 25, 2025, at 10:00 AM CST, and are encouraged to contact SSgt Jose Buenaventura or Mr. Casey Hupton for further information and clarification on the solicitation.

    Files
    Title
    Posted
    The 55 SFS Contractor/Vendor NCIC Screening & Pass Request Spreadsheet is a government form used by the U.S. Air Force for collecting personally identifying information (PII) from contractors and vendors to facilitate access to military installations. This form, authorized under 10 U.S.C. 8013 and DoD 5200.2R, collects data such as full name, citizenship, date of birth, driver's license details, SSAN, company information, and work schedules. The collected PII is maintained by local Security Forces and restricted to personnel involved in contract administration or official DoD duties. While providing the information is voluntary, failure to do so will result in denial of installation entry. The form is exempt from OMB licensing under AFI 33-324, indicating its internal administrative purpose within the Air Force.
    The document outlines a form for collecting personally identifying information (PII) required for contractor and vendor entry at Offutt Air Force Base. It specifies data elements such as name, date of birth, driver's license number, and company details. The information collection is mandated under several Department of Defense regulations, ensuring that access is granted only to authorized personnel involved in contract administration. The form emphasizes that providing this information is voluntary, but failure to do so will result in a denial of installation entry. Furthermore, there are provisions for data handling and disposal once its use is concluded, emphasizing adherence to privacy and security protocols. This form is critical for maintaining security and operational integrity at the base while facilitating compliance with federal requirements regarding contractor oversight.
    The "B1000 Carpet Replacement Questions/Answers" document addresses a key query regarding the installation method of existing carpet within a government RFP context. The primary concern from a potential vendor is understanding whether the current carpet was installed with tack strips or glue, as this significantly impacts pricing for removal and reinstallation. The document clarifies that the current carpet is installed with "lock dots" on top of raised access flooring, making individual tiles easily removable and replaceable. This information is crucial for contractors to accurately bid on the project, particularly since the RFQ specifies that existing carpet should be saved for reuse in other areas. The document aims to provide necessary technical details to facilitate proper cost estimation and project planning for the carpet replacement within a federal or state/local government facility.
    The document acts as a placeholder or error message for a government file, likely an RFP or grant document, that failed to load properly. It instructs the user that their PDF viewer might not be able to display the content and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for further assistance. The message clarifies that Windows, Mac, and Linux are registered trademarks of their respective owners. This indicates a technical issue preventing the display of an official government document, highlighting the need for specific software to access federal, state, or local government files.
    The combined synopsis/solicitation FA460025Q0066 is a Request for Quote (RFQ) for the J4-Office Carpet Replacement Phase 2 (LL1) project at Offutt AFB, NE. This is a 100% Small Business Set-Aside under NAICS Code 314110. The project involves replacing approximately 2350 sq yards of carpet, including purchasing new carpet to match existing styles, removing and replacing corridor carpet while salvaging reusable sections, and replacing carpet in private office spaces using salvaged and new tiles. Special instructions include the need for escorts in secure areas and ensuring corridors remain open. Offerors must be registered in SAM and submit a signed solicitation, price quotation, technical capability plan, and completed fill-in clauses. A site visit is scheduled for August 7, 2025, with questions due by August 14, 2025. Offers are due by August 25, 2025, at 10:00 AM CST and will be evaluated based on price and technical capability, with the lowest-priced, technically acceptable offer being awarded.
    This combined synopsis/solicitation (FA460025Q0066) seeks quotes for the carpet replacement project at Offutt Air Force Base, NE, aiming to support a 100% Small Business Set-Aside initiative. The project specifics include the procurement of approximately 2,350 square yards of carpet, requiring both new installations and removal of existing materials. Key tasks include installing Shaw Sculpt Loop carpet in corridors and salvaging reusable carpet tiles for reuse in office spaces, maintaining corridor accessibility throughout the work. Offerors must be registered in the System for Award Management (SAM) and submit a comprehensive quotation by 25 August 2025. A site visit is scheduled for 7 August 2025, with questions due by 14 August 2025. Evaluation for contracts will focus on price and technical capability, emphasizing price reasonableness and the offeror's plan to meet project requirements. The contracting office encourages email communication for queries and submissions. This solicitation underscores the government’s commitment to promoting small businesses while ensuring efficiency in facility management tasks, adhering to federal acquisition regulations.
    The Controlled Unclassified Information (CUI) Nondisclosure Agreement outlines the terms for individuals granted access to sensitive government information. This agreement defines CUI, including categories like For Official Use Only (FOUO) and Law Enforcement Sensitive (LES), and mandates adherence to DoDI 5200.48 and DODI 8582.01 for handling and safeguarding unclassified DoD information. Key requirements include maintaining CUI under locked conditions when not supervised, returning or destroying all CUI documents and digital media upon contract completion, and deleting electronic files with media sanitization. The agreement emphasizes compliance with access, dissemination, handling, and safeguarding standards, warning that unauthorized disclosure or failure to identify CUI can lead to severe consequences, including criminal prosecution and damage to official relationships. Signatories acknowledge understanding the terms and receiving access to referenced laws and regulations.
    The document outlines a Nondisclosure Agreement (NDA) for individuals associated with USSTRATCOM, emphasizing the safeguarding of Controlled Unclassified Information (CUI). It defines CUI types such as For Official Use Only (FOUO) and Law Enforcement Sensitive (LES) and mandates adherence to related security measures as per DoD directives. Individuals must maintain CUI confidentiality, store information securely, and responsibly return or destroy documents post-contract. The NDA stresses consequences for unauthorized disclosures, which may lead to legal repercussions and damage to official relations. By signing, individuals affirm their understanding and compliance with these requirements while facilitating the protection of sensitive government information critical to national security interests during federal procurement processes.
    Lifecycle
    Title
    Type
    B1000 Carpet Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    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.
    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.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    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.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    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.
    CRAC Maintenance and Repair Service Offutt AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Computer Room Air Conditioning (CRAC) Maintenance and Repair Services at Offutt Air Force Base in Nebraska. The procurement aims to ensure the efficient operation, maintenance, and repair of CRAC units for the 55th Civil Engineering Squadron, the 557th Weather Wing, and various tenant units, emphasizing compliance with federal, state, and local regulations. This service is critical for maintaining optimal environmental conditions in computer rooms, which are essential for mission-critical operations. Interested vendors must submit their proposals by December 29, 2025, with a site visit scheduled for December 15, 2025, and all inquiries due by December 18, 2025. For further information, contact Mr. Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475, or 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 402-232-1449.
    B6413 BUILDING RENOVATION SECURE SPACE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the repair or alteration of airfield structures. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of specialized services in maintaining secure military facilities. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number W9126G26RA026. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.