The RIPIT Project - ANT San Francisco Flooring Replacement project addresses questions regarding a federal government Request for Proposal (RFP) for flooring replacement. The contractor is responsible for obtaining all necessary permits and licenses and complying with applicable laws. They must also move and replace all equipment, furniture, and shelving before and after flooring work. The project involves replacing existing flooring with 2,656 sq/ft of LVP (similar to Arbor 40 mil Signature Enhanced bevel LVP, Deep Brown), 1,840 sq/ft of Epoxy, and 100 sq/ft of Level 3 polished concrete, including new baseboards/trim. Building plans are unavailable, and there are no asbestos test results for existing VCT. The government is determining if a second site visit is possible. The building will remain occupied, requiring the contractor to coordinate schedules to minimize interference. The contractor must also provide an on-site foreman for quality control and safety, perform necessary surface preparation, ensure proper transitions between flooring types, and provide their own restroom facilities as the building elevator is out of service. Final colors will be selected by the technical point of contact, and there are no known restrictions on adhesives or materials. Award is contingent on fund availability, and work stoppages cannot be predicted. The work location has been updated to Yerba Buena Island.
This Statement of Work (SOW) outlines the requirements for a contractor to replace various types of flooring at the USCG ANT San Francisco, Yerba Buena Island. The contractor will provide all labor, materials, services, equipment, and supervision for removing old flooring, installing new flooring, and disposing of debris. Key tasks include removing 2,656 square feet of existing carpet and installing Luxury Vinyl Plank (LVP), removing 100 square feet of carpet from a stair landing and polishing the concrete to a Level 3 finish, and applying a new non-slip epoxy coating to 1,840 square feet of workshop floors. The project requires adherence to specific timelines (7:00 AM to 5:00 PM, Monday-Friday, excluding Federal Holidays), proper disposal of all waste materials, and minimizing impact on Coast Guard operations. The government will provide electricity, parking, and a laydown area, but not bathroom facilities. Acceptance of work will be monitored by the Coast Guard Technical POC, Micheal Gibb.
The US Coast Guard Regional Support Team – Southwest (RST-SW) has issued a Request for Proposal (Solicitation Number: 70Z03126RALAM1004) to replace flooring at USCG ANT San Francisco. This project is a 100% small business set-aside, with a NAICS code of 238330 (Flooring Contractors) and an estimated magnitude between $25,000 and $100,000. Key tasks include removing existing carpet (2,600 sq ft), installing Luxury Vinyl Plank (2,600 sq ft), removing carpet and polishing concrete (70 sq ft), and re-epoxy coating workshop floors (1,600 sq ft). The contractor must begin performance within 15 days and complete it within 90 days of award. Offers must be valid for 30 days, and registration at SAM.gov is mandatory. A site visit is optional and scheduled for October 22, 2025. Offers, including a technical approach and pricing, must be submitted electronically via email to the contracting officer and contract specialist. Award will be based on the lowest-priced, technically acceptable offer.