Carpet Removal and Installation of Vinyl Planks
ID: FA282325Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Air Force, is seeking qualified contractors for the removal of carpet and installation of luxury vinyl planks in Building 351, Rooms 111 and 112 at Eglin Air Force Base, Florida. The project involves addressing water and mold damage by removing approximately 1,500 square feet of existing carpet and installing new Symbiotic 5.0 vinyl planks, along with a coordinating dark grey cove base, while adhering to safety and construction standards. This procurement is part of a broader initiative to enhance facility conditions and is designated as a Total Small Business Set-Aside, with a firm-fixed price contract anticipated. Interested parties must submit their quotations by 11:00 AM CST on February 12, 2025, and can direct inquiries to Victoria G. Thomas at victoria.thomas.6@us.af.mil or Lindsay Hartzog at lindsay.hartzog@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a pricing list for the installation of Symbiotic 5.0 Luxury Vinyl Planks at Building 351, Rooms 111 & 112. It specifies the product's manufacturer, backing type, and color (Cinders) and estimates the required square yards (1500 SQYDs) for flooring installation, though it lacks specific pricing due to a data entry error. Additionally, the document details the removal of cove base, estimated at 120 linear feet, with no associated cost provided, and also mentions zero estimates for vinyl transition strips. It discusses labor costs related to carpet removal but does not provide detailed figures. The comprehensive nature of the pricing list suggests it is intended for an RFP or contract proposal within governmental or institutional projects, reflecting a structured approach to securing flooring services while ensuring compliance with standard procedures for installation and removal. The lack of complete data indicates a need for further clarification in future submissions to accurately reflect the total costs involved in the project. This document serves as a preliminary pricing outline critical for budget planning within federal and state/local procurement processes.
    The solicitation document outlines requirements for a flooring replacement project in identified rooms of Building 351. The project must comply with specified criteria including pricing, past performance, and adherence to the provided drawings, which indicate a total area of 1500 square feet (not square yards) requiring flooring updates. Clarifications regarding the scope of work include details on room dimensions, the use of Symbiotic 5.0 Luxury Vinyl Planks in preferred colors, and the allowance for a dumpster on site. Additionally, asbestos surveys confirm safe conditions for installation, and provisions are made for potential mold issues discovered during work. Proposals must align with the solicitation guidelines, while separate pricing for each building is required. All documentation necessary for bidding has been provided, underscoring this as a new requirement without an incumbent. The intended process ensures compliance with safety regulations and maintains clear communication regarding project specifications to facilitate a smooth bidding process.
    The document outlines a detailed floor plan for a building located at Eglin Air Force Base, Florida, highlighting the spatial allocation of various facilities within the structure. Key features identified include private offices, conference halls, storage areas, and mechanical rooms, with each area designated by specific measurements and designations. The plan specifies construction standards such as door widths and wall material thickness, emphasizing functional space utilization. The layout document serves as an essential reference for federal grants and requests for proposals (RFPs), illustrating the importance of well-designed spaces for operational efficiency within government facilities. The comprehensive nature of the measurements and the adherence to standards suggest a commitment to safety, compliance, and effective space management. The overall purpose is to provide a clear architectural blueprint to inform future infrastructure improvements that align with federal regulations and operational needs. This document is pivotal for stakeholders involved in facility planning, maintenance, and compliance at government installations.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract involving the removal of carpet and installation of vinyl planks at Eglin Air Force Base, specifically in buildings 351 rooms 111 and 112. The awarded contract, referenced as FA282325Q0011, is valued at $19 million and aims to enhance facilities while supporting women's business opportunities. Key details include the requirement for a firm-fixed price arrangement, delivery timelines from March to June 2025, and compliance with several federal acquisition regulations. Additionally, the contractor must ensure adherence to health and safety standards on government installations and follow specific invoicing procedures through the Wide Area Workflow (WAWF) system for payment. The solicitation incorporates various clauses addressing contractor responsibilities, including labor standards and environmental policies, emphasizing the government's commitment to promoting small business participation and ensuring environmental compliance during contract execution. This RFP exemplifies the federal government's strategy to empower economically disadvantaged business sectors while enhancing public infrastructure.
    The document outlines an amendment to a solicitation originally issued by the U.S. government, specifically focusing on the procurement process for a contract associated with a project at Eglin Air Force Base. The amendment extends the date for submission of offers and includes several updates: additional questions and answers to clarify solicitation details, a revised summary of work, a sign-in sheet from a site visit, and changes to compliance with the Federal Acquisition Regulation (FAR) clause 52.212-5. Moreover, the summary provides a detailed list of affected contract clauses, ensuring contractors are aware of their obligations, including compliance with various statutes and certification requirements. The amendment aims to provide clarity to prospective offerors, reflecting the government's commitment to transparency throughout the procurement process. The document retains all other original terms and conditions, confirming its purpose to enhance communication and compliance standards within government contracts.
    The project involves the removal of existing carpets and the installation of luxury vinyl planks in Building 351, rooms 111 and 112, at Eglin AFB, Florida. The work is necessitated by water and mold damage to the carpets. The contractor is responsible for providing all necessary materials, labor, and equipment while adhering to safety protocols and construction standards. Key tasks include the careful removal of approximately 1,500 square yards of carpet, installation of Symbiotic 5.0 vinyl planks, and a coordinating dark grey cove base. Compliance with the latest NFPA and NEC regulations, as well as UFC 3-600-01 standards, is mandatory. Additionally, the contractor must ensure proper ventilation and coordination to manage any fumes, dust, or debris generated during the work. The customer will assist with base passes and may provide escorts if required. Upon completion, the contractor is required to provide warranties and maintenance instructions to the designated Contracting Officer Representative (COR) prior to invoice payment. The point of contact for inquiries is Troy A. Nappier from Torch Technologies. This document outlines essential details for fulfilling a federal RFP regarding facility maintenance and improvements.
    The project titled "Renovation of rooms 111 and 112, Building 351" at Eglin AFB, Florida, involves the removal of damaged carpets and installation of luxury vinyl planks and cove bases. The contractor is responsible for all materials, labor, and equipment, ensuring adherence to safety standards and construction methods. Key tasks include removing two layers of water and mold-damaged carpet, installing approximately 1500 square feet of new commercial-grade vinyl planks, and coordinating disposal of waste materials. All work must comply with NFPA and NEC standards to prioritize safety. Special instructions include organizing base access and ventilation precautions during work, as well as contacting civil engineering if significant mold is detected. An asbestos survey confirmed no asbestos is present, eliminating the need for abatement. The summary underscores the project's emphasis on safety, compliance, and thorough execution of renovation activities within specified guidelines.
    The document outlines Wage Determination No. 2015-4531, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits that contractors must provide in Florida's Okaloosa County. It specifies wage rates for various occupational classifications and states that contracts entered into after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, adhere to Executive Order 13658, setting a minimum wage of $13.30 per hour. Fringe benefits are also stipulated, including a health and welfare rate of $5.36 per hour, vacation time, and paid holidays. The document outlines specific rules for conformance of unlisted job classifications, payment for uniform expenses, and establishes sick leave provisions per Executive Order 13706. The summary emphasizes the importance of compliance with both minimum wage laws and employee welfare provisions, reflecting the federal government's commitment to fair labor standards in contracted work. This information is pertinent for contractors responding to federal or state RFPs, ensuring they adhere to specified wage and labor standards in their proposals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project, funded by the Infrastructure Investment and Jobs Act (IIJA), requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed. This work is critical for maintaining operational safety and compliance within the air traffic control environment, emphasizing the importance of adhering to federal safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or Joel Scott at joel.e.scott@faa.gov.
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days following the notice to proceed, which is anticipated to commence within 30 days of contract award. This procurement is crucial for maintaining operational readiness and safety standards, as the new flooring must withstand significant wear from heavy vehicles and chemicals while ensuring slip resistance and compliance with quality specifications. Interested small businesses must submit their bids by March 18, 2025, following a pre-bid conference on February 25, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Executive Suite Furniture Install - Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Air Force, is soliciting proposals for the procurement and installation of executive suite furniture at Eglin Air Force Base, Florida. This opportunity is set aside for small businesses, particularly those owned by women, and aims to fulfill the furniture needs of the 96th Civil Engineering Group, with a focus on compliance with federal regulations and GSA-approved standards. The project requires the contractor to deliver and install specified furniture items within 30 calendar days from the award date, ensuring adherence to security protocols and site inspection requirements. Interested vendors should contact Andrew Adams at andrew.adams.38@us.af.mil or Rick Porter at rick.porter.1@us.af.mil for further details regarding the solicitation identified as FA282325Q0018.
    PORTNSY-M22 Remove and replace carpet, wood laminate and cubicles 1st and 2nd deck
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors for the removal and replacement of carpet, wood laminate, and cubicles on the 1st and 2nd decks of a designated facility. This procurement aims to enhance the office environment by ensuring that the flooring and workspace are updated and functional, which is crucial for maintaining operational efficiency. The contract is set aside for 8(a) certified businesses under the NAICS code 238390, focusing on other building finishing contractors, with a PSC code of Z2AA for repair or alteration of office buildings. Interested parties should reach out to Rachel Honecker at rachel.honecker@navy.mil or call 757-396-1010, or contact Taylor Carson at taylor.carson@navy.mil or 757-396-0685 for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    7220--Sources Sought--LVT Flooring/Base/Adhesive-- San Francisco
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Luxury Vinyl Tile (LVT) flooring, rubber base cove sticks, and adhesive for a project located in San Francisco, California. The requirement includes 22,028.16 square feet of LVT with specific finishes, along with associated materials to ensure compatibility with existing installations, emphasizing the need for uniformity in the renovation efforts. This procurement is particularly focused on small businesses, including Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, as part of the VA's commitment to prioritize veteran-owned enterprises in federal contracting. Interested vendors must submit their capability documentation by March 12, 2025, to the Contract Specialist, Alex Arter, at alex.arter@va.gov, as this notice serves as a market research tool rather than a formal solicitation.
    Y1DA--Replace Flooring, Building 1, 4th Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a flooring replacement project at the VA New Jersey Healthcare Systems, specifically for Building 1 on the 4th floor. The project involves the demolition of existing flooring and the installation of medical-grade seamless luxury vinyl tiles across approximately 5,200 square feet, with work scheduled during off-hours to minimize disruption to patient services. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated project cost ranging from $250,000 to $500,000, and the solicitation is expected to be available on sam.gov around May 15, 2025. Interested bidders must be registered in sam.gov and certified as SDVOSBs prior to submission, and they can contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or 917-943-8289 for further information.
    FA301625Q6048 - Carpet Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for carpet cleaning services at the 67th Civilian Wing headquarters located at Joint Base San Antonio, Texas. The procurement involves comprehensive carpet cleaning for buildings 2167 and 2169, covering approximately 23,048 square feet, with services including inspection, pre-vacuuming, sanitizing, and steam cleaning, all to be performed outside standard duty hours. This total small business set-aside contract emphasizes the importance of maintaining high cleanliness standards due to the presence of high-profile visitors and requires compliance with specific labor wage determinations under the Service Contract Act. Interested vendors must submit their quotes by March 14, 2025, attend a mandatory site visit on March 11, 2025, and direct any inquiries to Colten Paynter at colten.paynter@us.af.mil or Rhyne Stroupe at rhyne.stroupe@us.af.mil.
    Fire Department Bay Floor Replaced/Repaired
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement and repair of the bay floor at Fire Station 2 located at Grissom Air Reserve Base in Indiana. The project encompasses approximately 9,400 square feet of flooring, requiring contractors to adhere to strict technical specifications, including the use of fluid-applied flooring systems that are resistant to chemicals and wear, while ensuring compliance with OSHA regulations and minimizing disruption to base operations. This initiative is part of the government's ongoing commitment to maintaining and enhancing military infrastructure, ensuring that essential facilities meet current safety and operational standards. Interested contractors should contact Tim Sparks at timothy.sparks.8@us.af.mil or call 765-688-2826 for further details, with the project scheduled for issuance in January 2025 under a Total Small Business Set-Aside.
    T-38 Trim Expansion Phase 2
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the T-38 Trim Expansion Phase 2 project, which involves facility modifications at Hangar 72 and Building 241 at Randolph Air Force Base in Texas. The scope of work includes comprehensive renovations such as replacing carpet tiles and restroom vanities, installing new wall cabinets, and updating electrical and air conditioning systems, all while adhering to military specifications and ensuring safety and environmental compliance. This project is crucial for upgrading military infrastructure and maintaining operational efficiency, with a performance period of 90 days post-award. Interested parties can contact Colby Knox at colby.knox.2@us.af.mil or Corbin Carlson at corbin.carlson@us.af.mil for further details.