SLD 30 Carpet Install
ID: FA4610P24CINSType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Carpet and Rug Mills (314110)

PSC

FLOOR COVERINGS (7220)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of new carpet flooring at Building 10577, Vandenberg Space Force Base, California. The project involves the removal of existing flooring, preparation of the subfloor, and installation of specified modular carpet tiles, all in accordance with the Carpet II Program. This procurement is significant as it aims to enhance the operational integrity of Air Force facilities while adhering to federal safety regulations during the installation process. Interested small businesses must submit their quotes by September 20, 2024, at 12:00 PM PDT, and can direct inquiries to Paul Baraldi at paul.baraldi@spaceforce.mil or Chris Hummel at christopher.hummel.6@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Space Force's Space Launch Delta 30 has issued an announcement detailing special requirements for vendors wishing to attend a site visit to a Sensitive Compartmented Information Facility (SCIF) on September 10, 2024. Interested vendors must complete a Base Access Request Form, providing essential information including the attendees' names, company details, a designated sponsor, and verification of U.S. nationality. Due to the sensitive nature of the site, access is contingent upon approval from the Unit’s Security Team; submissions must be in by September 5, 2024, to ensure security clearance. This is a rare opportunity, as there will be no subsequent site visits for those unable to attend on the specified date. Vendors with inquiries can reach the Contract Specialist, Paul Baraldi, via email. The announcement underscores the importance of timely submissions to facilitate necessary vetting for secure access to the site.
    The PWS-AF Carpet Program outlines the requirements for installing carpet flooring in specified rooms at Building 10577, Vandenberg SFB, CA. The contractor will oversee all operations, including furniture movement, flooring removal, and installation of carpeting and associated wall bases. Coordination with the 30 CES point of contact is critical to minimize disruption. The scope includes preparing the subfloor, using specified materials such as tufted/woven modular carpet tiles made from nylon, and managing logistics like delivery and installation. The contractor must ensure compliance with federal, state, and Air Force regulations, including providing a qualified project manager with experience and managing personnel security requirements. Environmental controls during installation and a thorough acceptance process post-installation are emphasized. The contractor is responsible for damage management, environmental compliance, and removal of all trash from the worksite. The deliverables include flooring materials, adhesive, and installation services. This document highlights the commitment to maintaining service quality and safety standards in military facilities through careful planning and execution of the project.
    The PWS-AF Carpet Program outlines a project for installing carpet flooring in Building 10577 at Vandenberg Air Force Base, CA. It specifies the scope of work, including the removal of existing flooring, subfloor preparation, and the installation of specified carpet materials. Contractors are responsible for coordinating with on-base personnel, managing delivery schedules, and ensuring compliance with safety and security protocols on installation sites. Key components of the scope include detailed descriptions of existing furniture handling, material specifications, and the required qualifications for contractors. The document emphasizes the importance of recycling removed flooring and outlines the contractor's responsibilities, such as moving furniture, performing clean-up, and managing deliveries per the project's schedule. Additionally, it sets standards for inspection, acceptance, and documentation processes at project completion to ensure all work meets the government's specifications. This RFP aligns with federal procurement initiatives, aiming to ensure quality service from authorized installers while adhering to strict government regulations and project management protocols.
    The PWS-AF Carpet Program outlines the installation of new carpet flooring and related services for designated rooms at Building 10577, Vandenberg SFB, CA. The scope encompasses the removal of existing flooring, subfloor preparation, and installation of specified modular carpet tiles. All contractor activities must be coordinated with the Air Force representative to minimize disruption, as access to the site is restricted and requires escorting. The contractor must manage logistics, including furniture handling, delivery, and installation, according to federal and installation safety regulations. The carpet options specified include various brands with sustainable backing and installation guidelines, with quantities outlined for each room. Key deliverables include the flooring, adhesive, leveling compound, carpet base, and installation services. The document emphasizes compliance and proper handling throughout the project, ensuring thorough inspection and acceptance of the completed work. This procurement reflects a commitment to quality standards in adapting Air Force facilities while maintaining operational integrity during installation.
    The document outlines a Request for Quote (RFQ) for the installation of carpet in rooms 203 and 207 of building B10577 at Vandenberg Air Force Base. The project is structured under the AF Carpet II Program and is designated as a small business set aside. The contract requires contractors to supply all necessary labor, tools, materials, and supervision, with a specified performance period of 90 days post-award. Contractors must quote prices that are evenly divisible and include shipping costs within their proposals. The RFQ details five line items related to flooring materials and installation, emphasizing compliance with the System for Award Management (SAM) registration and FAR regulations. The bidding deadline is September 18, 2024. Overall, the RFQ facilitates the acquisition of carpet installation services while adhering to federal procurement standards, ensuring transparency and competitiveness in the contracting process.
    The document outlines the solicitation terms and conditions for a federal procurement, specifically targeting RFPs involving various clauses mandated by government regulations. It includes references to essential clauses related to compensation for former DoD officials, whistleblower rights, antiterrorism training, safeguarding sensitive information, and payment processing via the Wide Area Workflow system. Also highlighted are prohibitions against acquiring telecommunications equipment linked to certain regimes, compliance with cybersecurity assessments, and requirements related to business operations concerning international sanctions. Incorporated clauses address environmental compliance, contract payment structures, and vendor representations regarding their business statuses, including disadvantaged status and compliance with federal regulations regarding labor laws and ethical conduct. This solicitation aims to ensure that contractors meet stringent legal and ethical standards while engaging in government contracts, emphasizing compliance with relevant federal regulations. By delineating expectations and mandatory reporting, the document serves as a guideline for providers in executing contractual obligations responsibly.
    The document appears to be a listing of equipment and room specifications associated with various spaces, including storage and break rooms, likely in a government or public facility. It includes multiple rooms (e.g., ROOM 203, ROOM 207), along with dimensions, storage options, and types of furniture or equipment (e.g., Consoles, Fridges, and seating). The mention of specific identifiers such as WS, C, and SL suggests a cataloging method for assets or workstations. The document's main purpose is to provide a detailed inventory of assets and their arrangements within certain facilities, which could relate to federal or state initiatives for facility management or renovation projects. This type of documentation is essential in RFP processes as it aids in ensuring compliance with specifications and helps potential contractors understand the project scope. By outlining existing equipment and configurations, it facilitates the proposal of appropriate solutions or modifications needed to meet operational standards or to support grant applications aimed at facility improvements.
    The document outlines the complexities and requirements associated with government Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of adhering to regulatory standards and safety protocols throughout the proposal process. The primary focus is on identifying opportunities for funding and project execution that align with government objectives. Key components include the need for effective communication and collaboration among stakeholders, careful project planning, and comprehensive risk assessments. The document suggests that successful proposals should demonstrate a thorough understanding of government goals, provide detailed project descriptions, and outline clear timelines and budgeting strategies. It also discusses the role of environmental assessments and the necessity of mitigating hazards, as well as the consideration of local regulations when proposing projects. Moreover, the document advocates for transparency and accountability in the allocation and use of funds, noting that compliance with reporting and monitoring requirements is critical for sustaining funding. Overall, the essence of the document lies in guiding potential applicants through the intricacies of securing governmental support for various projects, reinforcing the notion that well-prepared proposals can lead to successful government collaboration and funding opportunities.
    The document presents contact information for key representatives from various flooring companies in relation to federal and state/local RFPs (Requests for Proposals) and grant opportunities. Each entry includes the name, phone number, and email address of a designated contact person from companies such as Mohawk, Engineered Floors, Interface Americas, Mannington, Tarkett, Milliken, and Bentley Mills. This information serves as a resource for government entities seeking to engage with these companies for procurement opportunities in flooring products and services. By providing direct contact details, the document facilitates communication between government agencies and noted suppliers, potentially streamlining the RFP process. The compilation highlights the collaboration between the private sector and government initiatives aimed at fulfilling procurement needs. This structured format of listing contacts allows for easy accessibility and supports the transparency required in government contracting processes.
    This document pertains to furniture layout plans for specified rooms (C203, C207, C207A) within the United States Space Force, under the Department of the Air Force. It contains detailed dimensions and areas for each room, highlighting existing furniture arrangements and modifications. The information is marked as Controlled Unclassified Information (CUI) requiring safeguarding, and unauthorized reproduction or disclosure of the data is strictly prohibited. The drawing serves as a foundational element for a furniture contract (B10577) tied to the modular furniture design, emphasizing adherence to military standards concerning facility layouts. Contact information for further inquiries is provided, reflecting a systematic approach to project management for furniture installations. Overall, the document reflects the government’s focus on maintaining privacy and security while executing infrastructure upgrades within military facilities.
    The document outlines the procedure for submitting access requests to Vandenberg Air Force Base (VAFB) through the 30th Security Forces Squadron (30 SFS). Visitors requiring base access must complete specific fields in the access request form, ensuring all information is provided in uppercase letters. Key information required includes the individual's name, company, sponsor details, access dates, hours, and whether they are a U.S. national. The process is strictly regulated, as only names listed on the designated form (30 SW Form 539) are permitted to submit access requests. Completed forms should be sent to a specified email, with the contact number provided for inquiries. This document serves as a guideline for ensuring secure and regulated access to the base, reflecting the adherence to military protocols regarding visitor management.
    The document is a Request for Quotation (RFQ) from the United States Air Force for carpet installation services at Vandenberg Space Force Base, prepared under the AF Carpet II Program. It outlines that potential vendors must comply with the program and that the solicitation is aimed at small businesses, as indicated by its 100% Small Business Set-Aside policy. Key dates include the RFQ due date of 18 September 2024, with an expected award by 27 September 2024. Vendors may request an optional site visit by 3 September 2024 and must provide identification for attendees. The evaluation of quotes will prioritize price and technical capability, following a specific process that identifies the lowest acceptable offer. Interested parties can submit questions until 12 September 2024, and various attachments, including a Performance Work Statement and Pricing Schedule, provide further details on the project. The document emphasizes that the Government will not be liable for costs incurred by vendors in response to this RFQ and reserves the right to cancel at any time, maintaining a non-committal stance regarding the solicitation process.
    The Department of the Air Force is seeking clarification regarding the installation of carpet as outlined in Notice ID: FA461024Q0090 for Space Launch Delta 30. Key points include the confirmation that there is no incumbent contractor associated with this requirement, indicating it is a new need. The document delves into specifications for carpet materials, with acceptance of the Mohawk Timeless Tailored visual connections format and proper sizing. Clarifications regarding the carpet base color indicate that it should coordinate with the carpet tiles, even though it differs in color from other options. Lastly, it specifies that the contractor will not be required to move any existing cubicle or furniture during the flooring replacement process. Overall, the purpose of the document is to provide responses to contractor inquiries, ensuring clarity in the RFP process related to this flooring project.
    The memorandum from the Department of the Air Force's Space Launch Delta 30 serves as an amendment to the solicitation for the SLD 30 HQ Carpet Install project. It primarily communicates an updated Performance Work Statement (PWS), changing the document reference from “Attachment 1 – Statement of Work_08282024” to “Attachment 1 – Statement of Work_20240917_rev01.” Contractors are advised to review the revisions to the PWS carefully. Additionally, the deadline for submitting quotes has been extended from September 18, 2024, to September 20, 2024, at 12:00 PM PDT. This extension is significant for interested bidders allowing them more time to prepare their proposals. The memorandum indicates that no further questions regarding the solicitation will be entertained at this juncture, emphasizing the need for contractors to directly review the amended documentation for clarity. This document is reflective of typical government RFP practices, ensuring that potential contractors are informed about critical changes to project specifications and deadlines.
    Lifecycle
    Title
    Type
    SLD 30 Carpet Install
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    50 CONS Carpet on USAF Carpet Program
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of new carpeting in specific rooms (260, 261, and 268) of Building 210 at Schriever Space Force Base in Colorado. This procurement is a firm fixed-price requirement, with a total small business set-aside under NAICS code 314110, specifically targeting carpet and rug mills, and is part of the USAF Carpet Program. The selected contractor will be responsible for removing old carpeting, preparing the floors, and installing Mohawk QB436 Framed Structure: Color 989 Charcoal Carpet Tile, with a mandatory site visit scheduled for September 20, 2024, and quotes due by September 24, 2024. Interested vendors should contact Alejandro Castellanos at alejandro.castellanos@spaceforce.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further details.
    Building 8500 Carpet Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide carpet cleaning services for Building 8500 at Vandenberg Space Force Base in California. The contractor will be responsible for delivering all necessary labor, materials, equipment, and supervision to complete a one-time carpet cleaning service in accordance with the Performance Work Statement (PWS). This service is crucial for maintaining the cleanliness and upkeep of the facility, ensuring a safe and pleasant environment for personnel. Interested small businesses are encouraged to review the solicitation and its amendments, with inquiries directed to Kristian Martin Perlas at kristianmartin.perlas.2@us.af.mil or by phone at 530-634-9179. The procurement is set aside for small businesses under FAR 19.5, and the deadline for submissions is yet to be specified.
    Carpet and Flooring Replacement - Ellsworth AFB (Re-Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base, is soliciting quotes for the replacement of carpet and flooring at the 89th Attack Squadron, specifically in Building 1008. The project entails the demolition of existing flooring and installation of new industrial-grade carpet and dark gray vinyl tile, with a performance timeline of 60 calendar days from the award date. This procurement is crucial for maintaining operational efficiency and safety standards within government facilities. Interested small business contractors must submit their quotes by September 23, 2024, and direct any inquiries to Jayna Clements at jayna.clements@us.af.mil, with the total contract value estimated at $19 million.
    163rd Carpet and Paint building 2272
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction project to replace carpet and paint interiors in Building 2272 at March Air Reserve Base, California, in support of the 163rd Attack Wing of the California Air National Guard. The project entails replacing approximately 4,000 square feet of carpet tile, installing 800 linear feet of rubber base, and painting 14,500 square feet of interior walls, with a completion timeline of 60 days from the Notice to Proceed. This initiative is crucial for maintaining operational readiness and facility standards within the Air National Guard. Interested small businesses must submit their proposals by September 19, 2024, and can contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil for further information. The estimated project cost ranges from $25,000 to $100,000, and funding is expected to be available by September 30, 2024.
    Chapman Carpet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for carpet and rug supplies under the Chapman Carpet opportunity. This procurement is part of the Air Force Furnishings Commodity Council's Mandatory Carpet Program Tier I contracts, and it is set aside for small businesses in accordance with FAR 19.5. The selected contractor will be responsible for providing commercial carpet items as outlined in the revised Performance Work Statement (PWS) and associated specifications. Interested vendors should note that funding is not currently available, and no awards will be made until funds are secured; the solicitation may be canceled at the government's discretion. For further inquiries, potential offerors can contact Logan Smith at logan.smith.51@us.af.mil or by phone at 210-671-1722.
    Amendment 00001 - AU HQ Carpet - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for carpet renovation services in Building 800. The procurement involves the complete replacement of carpet, including the provision of necessary materials, labor, and supervision, in compliance with federal and state regulations. This project is part of the government's ongoing commitment to maintaining military infrastructure and is set aside exclusively for small businesses, with a contract award anticipated based on the lowest-priced, technically acceptable quote. Interested contractors must attend a site visit on September 13, 2024, and submit their written quotes by September 20, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Amendment 00001 - Carpet Renovation Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for carpet renovation services in Building 1400, Montgomery, Alabama. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the existing carpet, ensuring compliance with applicable state and federal regulations, including environmental standards and safety protocols. This renovation is crucial for maintaining the operational integrity and aesthetic standards of the facility, with a completion timeline of 120 days following the issuance of the Notice to Proceed. Interested small businesses must submit their quotes by September 19, 2024, and can direct inquiries to SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    56--CARPET REPLACEMENT
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of carpet replacement. The carpet replacement service is typically used to update and maintain the flooring in various facilities. No further details or specifications are provided in the notice.