REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
ID: 1019618-F500-EWType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions and responses related to the Replace Carpet F500 project at Vance AFB, OK. Key points include clarification on prevailing wage requirements, confirmation that furniture moving is required, and details regarding site access and vehicle requirements. The document specifies that users will disconnect and reconnect cubicle electrical components and phone lines. It also outlines the phasing plan, material delivery procedures, and the availability of on-base storage for furniture. Demolition must occur during the performance period, and interim payments will not be made; payment is upon project completion. The use of the elevator is permitted if protected, with the contractor responsible for any damages. The document also clarifies that wood molding and wainscoting are to remain intact.
    The document is a wage determination (No. 2015-5857, Revision 17) for Oklahoma, Garfield County, under the Service Contract Act, last revised on July 8, 2025. It specifies minimum wage rates for various occupations, influenced by Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). These rates are subject to annual adjustments. The document also outlines fringe benefits, including health and welfare ($5.55/hour or $5.09/hour if EO 13706 applies), paid sick leave (1 hour for every 30 hours worked, up to 56 hours annually under EO 13706), vacation (2-4 weeks based on years of service), and eleven paid holidays. Special provisions cover computer employees (exempt if meeting specific duties and compensation), night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. A conformance process is detailed for unlisted job classifications, requiring contractors to propose rates for approval by the Wage and Hour Division.
    The document addresses questions and responses regarding an RFP for carpet replacement at F500 Vance AFB, OK. Key issues include the contractor's responsibility for moving furniture and sensitive equipment, with the government clarifying that electronics and personal items are their responsibility, while furniture is the contractor's. Tax exemption status is confirmed, and the government will provide necessary forms. Hazardous material abatement will be treated as a differing site condition if discovered. Specific rooms and areas are excluded from the scope, such as under vending machines and server racks, and certain high-security areas. The project duration is clarified as 180 calendar days, with 45 non-performance and 135 performance days. Bid bond requirements are waived, and proposals will be evaluated using a Best Value approach, encouraging offerors to include technical abilities in their quotes.
    The document addresses questions and responses regarding the Replace Carpet F500 project at Vance AFB, OK. Key issues covered include the absence of ACM or LBP, the need for phased work to avoid disturbing building employees, and requirements for storing FF&E. The project specifies 4TP rubber wall base, excludes wall painting, and clarifies that existing wooden base or wainscoting should remain. It confirms that carpet and demolition costs should include labor for negative air machines or air scrubbers. VCT removal is excluded from server rooms due to equipment sensitivity, but carpet removal and installation remain in scope. The government is considering an extension for the proposal submission deadline and the 180-day project timeline. The document also clarifies responsibilities for furniture moving and documentation, and confirms that new carpet will be placed against floor-fastened equipment. Network/communication cabling removal prior to demolition is also addressed.
    The “Vendor Authorization Request – Domestic Instructions” file outlines the process for vendors to register with ASRC Federal and its subsidiaries, focusing on tax identification, contact information, and business classifications. It details requirements for Taxpayer Identification Numbers (TINs), legal and business names, and addresses. Vendors must provide UEI, DUNS, and CAGE codes if applicable. The document also clarifies payment terms, typically Net 45 for large businesses and Net 30 for small businesses, and explains the electronic payment enrollment process via Corpay Payment Automation, requiring one initial paper check. Furthermore, it addresses exemptions from backup withholding and FATCA reporting, providing codes for various exempt payee types and payment categories. The form includes sections for contact information, a certification of accuracy, and instructions for modifying existing vendor records, emphasizing the importance of providing accurate information to avoid payment delays or backup withholding.
    This document outlines instructions for offerors responding to an ASRC Federal Field Services (AFFS) request, likely an RFP or similar procurement. It details required submission documents, including Representations & Certifications (PR-TMP-01 REV 10.0), Vendor Authorization (FN-TMP-12), and a Supplier Survey Form (PR-TMP-44 Rev 3.0), all requiring original signatures. A critical component is the 20% Bid Bond, which must be submitted as a copy with the bid package and the original with a raised seal mailed within 1-3 business days of the bid opening, with AFFS reserving the right to deem bids non-responsive if the original is not received within three business days. The document provides contact information for Local Purchasing, including Lead Buyer Betty Kliewer and Procurement Manager Shannon Perry, for questions and offer submissions. It also specifies the mailing address for the original bid bond. The corporate office contact details for asrcfederal.com are also listed.
    ASRC Federal Holding Company's General Provisions for Commercial Items (PR-TMP-12) outlines the terms and conditions governing commercial purchase orders and subcontracts. This six-page document covers 33 key provisions, including acceptance, applicable laws, assignment, changes, confidentiality, compliance with laws, default-cancellation, disputes, intellectual property, payments, termination, and warranties. The document emphasizes timely performance, adherence to U.S. export control laws, and indemnification against various liabilities, including intellectual property infringement. It specifies that Maryland law governs, and any modifications to the contract must be in writing. The provisions aim to protect the buyer's interests, ensure quality, and define the responsibilities of both parties in detail.
    This government file, titled "Annual Commercial Products & Services Representations and Certifications (PR-TMP-01) (Rev 9.1)", is a critical document for potential suppliers to ASRC Federal and its subsidiaries. It outlines the mandatory representations and certifications required for eligibility to receive procurement awards funded under U.S. Government contracts. The form emphasizes compliance with U.S. policies, prohibiting awards to sellers who fail to certify their adherence. Key sections include general offeror information, business declarations, and specific certifications related to executive compensation, lobbying activities, covered telecommunications equipment, debarment status, and equal employment opportunity. The document also addresses ownership or control by terrorist or foreign governments, particularly for Department of Defense contracts. Offerors can either complete the entire form or, if registered in the System for Award Management (SAM), attest to their electronic representations and certifications in SAM, with specific instructions for each scenario. Failure to complete these certifications accurately can lead to the rejection of bids or proposals, underscoring the importance of transparency and compliance in federal contracting.
    The provided document is a
    The Statement of Work (SoW) outlines the "REPLACE CARPET, F500" project at Vance Air Force Base, Oklahoma. The project, with 100% design completion by September 26, 2025, involves removing and replacing existing carpet, rubber wall base, and transition strips in Facility 500, Wing Headquarters. The contractor is responsible for all supervision, labor, equipment, and materials, including a 10% waste factor for attic stock. Key tasks include demolition, sub-floor preparation, and installation of new flooring products, with Mannington Commercial specified as the standard design or an approved equivalent. The project duration is 180 calendar days, with a 45-day non-performance period for mobilization and material lead time, followed by a 60-day performance period. Work is subject to strict adherence to safety standards, coordination with ASRC Federal Field Services (AFFS) Construction Management, and compliance with all government regulations, including the Buy American Act and hazardous material restrictions. The contractor must provide a 1-year warranty and a qualified superintendent and quality control representative. Specific areas for work are detailed in the appendices, which include site photos, a bid form, and drawings for the basement, first, and second floors.
    The ASRC Federal Supplier Survey Form (PR-TMP-44) is designed to assess a company's ability to provide products or services. It mandates strict confidentiality of all submitted information. The survey is structured into several sections: General Information, Financial Information, Corporation Classifications, and Quality Management System. Companies must provide details such as their SAMS UEI Number, Cage Code, Duns Number, and type of ownership. Financial data requested includes D&B number, tax ID, average sales, and government audit agency information. Suppliers are also asked about their corporation classifications (e.g., Small, Large, Women Owned) and principal products or services. The Quality Management System section requires information on quality certifications (e.g., AS9100, ISO 9001), counterfeit prevention processes, and documentation of quality procedures. Failure to complete the survey may lead to disqualification from consideration, emphasizing its importance in ASRC Federal's supplier evaluation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    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.
    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.
    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.