612 AOC Carpet/Flooring Installation
ID: FA487725QA505Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

All Other Rubber Product Manufacturing (326299)

PSC

FLOOR COVERINGS (7220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is soliciting quotes for the installation of carpet and rubber flooring at the 612th Air Operations Center located at Davis-Monthan Air Force Base in Tucson, Arizona. This procurement involves the removal of existing flooring, installation of new carpet and rubber flooring, and provision of necessary adhesives, all under a firm-fixed price contract. The project is crucial for maintaining operational efficiency and safety, particularly in areas where static build-up could affect communication equipment. Interested small businesses must submit their quotes by August 15, 2025, with questions due by August 7, 2025; for further inquiries, contact Judah Morton at judah.morton@us.af.mil or Joshua Rodriguez at joshua.rodriguez.30@us.af.mil.

    Files
    Title
    Posted
    The document outlines a federal government file, likely a Request for Proposal (RFP) or grant application, detailing various categories and sub-categories of information. It appears to be a structured breakdown of a large project or program, with sections possibly relating to financial details, project components, and administrative requirements. The file uses codes and alphanumeric sequences to denote specific items or sections, suggesting a highly organized and standardized document structure common in government procurement and funding processes. Key sections include general information, specific project or task descriptions, and possibly compliance or reporting requirements, with numerous entries indicating different aspects of the proposed work or service. The document's structure points to a comprehensive framework for detailing a government-related initiative.
    The document appears to be a fragmented collection of text likely related to a set of federal grants, requests for proposals (RFPs), or state and local RFPs. However, due to significant corruption and illegibility in the content, it is challenging to extract specific topics or coherent key ideas. The content seems to have a focus on facilitating government processes concerning environmental factors, technical regulations, or compliance measures, though specific details and structured arguments are obscured by formatting issues. The mention of hazardous materials, compliance with standards, projects aimed at infrastructural improvements, and requirements related to environmental safety suggest that the proposal involves assessments that are typical in government grants or RFPs. These documents usually conclude with information pertinent to bids, compliance checks, and regulatory guidelines, indicating a focus on safety, adherence to laws, and project management. Ultimately, the key takeaway from the document is a potential alignment with government-level initiatives that prioritize environment, safety, and regulatory compliance in projects, although the clarity needed for a comprehensive understanding is considerably compromised due to the document's corrupt state.
    Amendment 0001 to Solicitation #FA487725QA505 is a Request for Quotation (RFQ) issued by Davis-Monthan Air Force Base for carpet and rubber floor replacement in specific rooms of the 612th Air Operations Center. This is a total small business set-aside under NAICS Code 326299. The government intends to award a firm-fixed price contract based on the lowest price and technical acceptability, evaluating technical capability and price. Key dates include an August 7, 2025, 2 PM PDT deadline for questions and an August 15, 2025, 2 PM PDT deadline for quotes. The solicitation includes provisions for an ombudsman for unresolved concerns and a clause prohibiting the use of Class I Ozone Depleting Substances. Points of contact for inquiries are Judah Morton and Joshua Rodriguez.
    Amendment 0001 to Solicitation #FA487725QA505 is a Request for Quotation (RFQ) from Davis-Monthan Air Force Base for carpet and rubber floor replacement in Buildings 74 and 72, respectively, at the 612th Air Operations Center. This solicitation is a total small business set-aside under NAICS code 326299. The contract will be firm-fixed price, covering carpet and rubber flooring removal, installation, and adhesive costs. Evaluation will prioritize the lowest priced, technically acceptable quote, with technical acceptability defined by meeting or exceeding product specifications. Key dates include an August 7, 2025, 2 PM PDT deadline for questions and an August 15, 2025, 2 PM PDT deadline for quotes. The document also includes clauses on ombudsman contact information and the prohibition of Class I Ozone Depleting Substances (ODS) in services or products, listing specific halons, CFCs, carbon tetrachloride, methyl chloroform, and methyl bromide as prohibited substances.
    RFQ #FA487725QA505 is a solicitation for commercial items for carpet and rubber floor replacement at the 612th Air Operations Center, Davis-Monthan Air Force Base. This is a Total Small Business set-aside, with NAICS code 326299 and a 650-employee size standard. The contract will be firm-fixed price, covering carpet/rubber flooring removal and installation (CLIN 0001) and adhesive cost (CLIN 0002). Award will be based on the lowest-priced, technically acceptable quote, with technical acceptability determined by meeting or exceeding product specifications. Questions are due by August 7, 2025, 2 PM AST, and quotes by August 12, 2025, 2 PM AST. Key contacts are Judah Morton and Joshua Rodriguez. The solicitation includes provisions regarding evaluation factors (technical capability/specifications and price), an ombudsman for dispute resolution, and a clause prohibiting the use of Class I Ozone Depleting Substances.
    The document outlines a Request for Quotation (RFQ) for commercial carpet and rubber flooring replacement at Davis-Monthan Air Force Base, specifically targeting rooms in Buildings 74 and 72. Issued as RFQ #FA487725QA505, it invites quotes from small businesses under a total small business set-aside, with a focus on compliance with Federal Acquisition Regulations (FAR) and related guidelines. The contract will be awarded based on the lowest priced technically acceptable quote, with evaluation criteria including technical specifications and pricing. Key dates include the submission deadline for questions on August 7, 2025, and for quotes on August 12, 2025. Quotes must meet government specifications without the use of Class I ozone-depleting substances. A site visit is not scheduled, and interested parties are encouraged to address any concerns with the contracting officer prior to escalating issues to an appointed ombudsman. This solicitation reflects the government's structured procurement process, highlighting the importance of competitive bidding among small businesses while ensuring compliance with environmental standards.
    The document provides questions and answers for vendors regarding the 612 AOC Carpet FA487725QA505 project, outlining key details for potential contractors. The Department of the Air Force (DoAF) cannot disclose cost estimates but anticipates a project start date between mid to late August, shortly after the award. The project involves replacing carpet and base cove, with specific linear footage measurements available in an attached PDF. Vendors are responsible for the specialized moving of standard office cubicle furniture, which may require lifting, while other furniture will be relocated by designated personnel. The subfloor is in good operating condition. The project will utilize 60 pieces (48 inches each) of non-adhesive FLEXCO 4" base cove in Black Dahlia (model number 40CW1P001), requiring the vendor to supply and apply appropriate adhesive. The DoAF is firm on using specified rubber flooring, as it aligns with mission requirements, and is not considering alternative flooring options.
    The document, FA487725QA505, outlines essential clauses and instructions for federal government solicitations, primarily focusing on Department of Defense (DoD) procurements. Key areas include contractor responsibilities, compliance requirements, and evaluation procedures. It incorporates clauses by reference from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), covering topics such as whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations (e.g., with the Maduro Regime or from Xinjiang Uyghur Autonomous Region). The document details requirements for Item Unique Identification and Valuation (IUID) for delivered items, specifying marking, data syntax, and reporting via Wide Area WorkFlow (WAWF). It also includes instructions for offerors regarding representations and certifications, particularly concerning small business concerns, Buy American provisions, and certifications related to responsibility matters and child labor. The evaluation criteria for commercial products and services prioritize technical capability, past performance, and price, with options evaluated by adding their total price to the basic requirement.
    The document is a comprehensive overview of clauses incorporated by reference in federal government contracts under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It includes provisions related to compliance, contractor responsibilities, cybersecurity standards, and limitations on business operations with certain regimes. Notable clauses include requirements for antiterrorism training, whistleblower rights, cybersecurity incident reporting, and purchase limitations regarding specific regions or organizations. Moreover, it specifies regulations for item unique identification and the electronic submission of payment requests. With an emphasis on ensuring compliance and safeguarding national interests, the document outlines the rules contractors must follow for successful contract execution. The organization of the text allows for quick reference to specific clauses, making it a vital resource for understanding obligations under government contracts.
    The document FA487725QA505 is a Q&A for vendors regarding a federal government project, likely an RFP. Key information includes the inability to disclose cost estimates or a specific start date, though the project is expected to commence shortly after the award. The document also provides detailed linear footage measurements for a cover base, with specific dimensions and deductions for doors. This information is crucial for vendors preparing bids, as it clarifies project parameters and provides essential measurements for material estimation.
    The Performance Work Statement outlines the requirements for carpet and rubber flooring replacement at the 612th Air Operations Center (612 AOC) on Davis-Monthan AFB, AZ. The project involves lifting furnishings, removing old flooring, preparing subflooring, and installing new carpet in Building 74 (Rooms 107B, 109B, 211A, 211B – 1035 sq. ft. total) and new rubber flooring in Building 72 (Rooms 128, 129, 130 – 1800 sq. ft. total). The goal is to replace worn flooring and improve durability, especially in Building 72, where rubber flooring will also reduce static build-up due to communication equipment. The contractor must provide all labor, equipment, and materials, adhere to strict security protocols, environmental regulations, and safety standards, and coordinate with government POCs for access and work schedules. Specific requirements include background checks, controlled access to Building 74, adherence to environmental protection guidelines, and proper disposal of waste materials. The contractor is responsible for permits, providing manuals/warranties, and maintaining a clean and safe work area.
    The Performance Work Statement outlines a flooring replacement project at the 612th Air Operations Center (612 AOC) located at Davis-Monthan AFB, Arizona. It specifies the need for removing old carpet and rubber flooring in specified rooms of Buildings 74 (carpet replacement) and 72 (rubber flooring). The contractor is tasked with complete demolition of existing flooring, subfloor inspection, cleaning, and installing new materials while following safety protocols and environmental regulations. The document details the required size, type, and brand of flooring and cove materials, and outlines responsibilities such as moving furniture, disposal of waste, and maintaining a clean and safe workspace. Important security measures are highlighted, including background checks for contractor employees, restrictions on electronic devices in secure areas, and protocols for ID handling and access to the base. Additionally, compliance with environmental standards related to waste management and hazardous materials is mandated. The work is to be conducted during specified hours with provisions for safety and environmental training to be completed prior to project commencement. The summary emphasizes the project's purpose of enhancing the flooring systems to withstand high traffic and improve static control in storage areas.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    W912PL26S0001 Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice for a Design Build Construction project, the DB Communications Headquarters Facility, located at Davis Monthan Air Force Base in Tucson, Arizona. This opportunity aims to gather market research and assess interest in a Project Labor Agreement (PLA) for the construction project. The facility is crucial for enhancing communication capabilities within the military infrastructure. Interested parties can reach out to Otse Adikhai at otse.a.adikhai@usace.army.mil or by phone at (213) 452-3248, or Jinzaemon Kimoto at jinzaemon.kimoto@usace.army.mil or (213) 452-3447 for further information.
    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.
    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.
    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.
    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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    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.
    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.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.