Carpet Removal and Installation of Vinyl Planks
ID: FA282325Q0011Type: Combined Synopsis/Solicitation
AwardedFeb 28, 2025
$11K$10,953
AwardeeAll Services, LLC Eglin AFB FL 32542 USA
Award #:FA282325P0013
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
    Similar Opportunities
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    Demo B6119
    Dept Of Defense
    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. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.