FA4613 - B34 2nd/3rd Floor Carpet
ID: FA461325Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of flooring materials at Francis E. Warren Air Force Base in Wyoming. The project involves the replacement of carpet tiles, composite carpet planks, and vinyl wall base on the 2nd and 3rd floors of Building 34, totaling approximately 14,257 square feet of carpet and 4,872 square feet of planks, with specific product specifications emphasizing eco-friendly materials. This procurement is crucial for modernizing the work environment while adhering to safety, sustainability, and historical preservation standards. Interested contractors must submit their quotes by April 11, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The performance work statement outlines the requirements for a project to replace flooring on the 2nd and 3rd floors of the Security Forces Group Building 34 at Francis E. Warren AFB, Wyoming. The contractor is responsible for the demolition, purchase, and installation of carpet tiles, composite carpet planks, and vinyl wall base, totaling approximately 14,257 sq. ft. of carpet, 4,872 sq. ft. of planks, and 4,225 linear feet of wall base. Specific product specifications are provided, including eco-friendly materials and certifications. The contractor must handle off-base disposal of demolition materials, protect during delivery, and ensure proper installation adhering to historic preservation regulations. Quality control measures are specified, alongside contractor personnel requirements and security protocols. The project completion timeline is 120 days and includes a warranty for all work. The summary emphasizes the project's goal of modernizing the work environment while maintaining compliance with safety, sustainability, and historical preservation standards.
    Asbestos & Technical Services, Inc. conducted comprehensive asbestos inspections at FE Warren AFB, Building 34, on April 25, 2024, and February 7, 2023. The inspections sought to identify asbestos-containing materials (ACMs) following EPA and OSHA guidelines through non-destructive sampling. A total of 40 samples were analyzed in the latest inspection, with no asbestos detected in any samples. This included diverse materials like carpets, drywall, and various adhesives. The reports emphasize that while efforts were taken to identify ACM, uncertainty may still exist, and future renovations should halt if suspect materials are discovered. Additionally, a lead inspection conducted in the same area found no evidence of lead-based paint in tested samples. The inspections highlight adherence to regulatory standards and the importance of safe handling procedures in potential renovation contexts, ensuring workplace safety and compliance for government projects. Both assessments reveal the necessity of thorough environmental evaluations in state and federal RFP contexts, emphasizing risk mitigation for health and environmental safety during construction activities.
    The document outlines a Request for Proposal (RFP) regarding the procurement of specific flooring materials for government use. It details the required characteristics for three distinct items: carpet tiles, textile composite tiles/planks, and vinyl wall base. For carpet tiles, the proposal specifies Mohawk New Basics III Tile with characteristics such as tufted construction, textured heathered loop appearance, and specific soil and stain protection technologies. The second item involves Kinetex Major Metro modular planks, emphasizing a focus on sustainability with requirements for recycled content, carbon neutrality, and certifications for slip resistance. The vinyl wall base is to be sourced from Tarkett Johnsonite, ensuring it meets specified construction materials and design profiles. Each item requires confirmation of brand name compliance, warranty terms, and timely delivery within 120 days. The document necessitates not only verification of specifications but also supporting documentation to substantiate vendor claims. Overall, this RFP illustrates the government's commitment to selecting materials that meet environmental standards and construction quality, thereby informing potential vendors of compliance criteria for the proposal process.
    The document is a Hazardous Materials Authorization Request, primarily focused on ensuring compliance with safety regulations related to hazardous materials for a specified project at F.E. Warren Air Force Base. It includes sections for contractor and project details, as well as specific hazardous material (HAZMAT) information. The table lists a paint product, Rust-Oleum Stops Rust Enamel Top Coat, detailing its manufacturer, part number, container size, color, sheen, and the projected quantity to be stored on-site. A critical requirement is attached: a copy of the Manufacturer’s Safety Data Sheet (SDS) for each hazardous material requested, emphasizing the importance of safety documentation in HAZMAT handling. This information is essential for adhering to federal and state regulations surrounding environmental safety during construction activities. The document facilitates clear communication among project stakeholders, underscoring the necessity of proper HAZMAT management in construction planning and execution.
    The document addresses vendor inquiries related to a carpet replacement project in a government building, focusing on specifications and project execution guidelines. Key points include the requirement for specific vinyl carpet step nosing, with ADA compliance deemed non-applicable. The document clarifies responsibilities concerning plywood issues, indicating that any necessary demo or installation would not be included in the initial bid and might require a bilateral modification if unavoidable. It also specifies the use of particular carpet tiles in designated areas, rejects the use of a different wall base size, and confirms that only carpet areas below marked stairs will be replaced, with existing stair treads not needing replacement. Finally, a dumpster for debris removal will be allowed, with logistics negotiated with the building facility manager. Overall, the document serves as a critical communication tool for contractors to understand project specifications and limitations within the context of the RFP process.
    The document outlines the Single Source Justification for a contract action pursuant to FAR 13.106-1(b)(1), indicating that only one specific source is reasonably available for the proposed procurement. The contracting officer, Trisha M. Lamarr, confirms this determination, which reflects a need for a singular supplier due to unique circumstances or requirements. This indicates that the contract will proceed without a competitive bidding process, as the nature of the services or goods does not permit the inclusion of multiple sources, suggesting reliance on a specialized vendor. The contract action is planned for the future, evidenced by the digitally signed date of March 28, 2025. Overall, this document serves to justify the rationale behind awarding a contract without competition, adhering to federal procurement regulations.
    The document outlines a project contracted by the 90th Civil Engineer Squadron at F.E. Warren Air Force Base. It specifically details the replacement of carpeting on the 2nd and 3rd floors of Building 34. The construction plans include a comprehensive layout of the areas to be carpeted, highlighting high traffic zones, rooms not requiring new carpeting, and necessary transitions. The total square footage for the second floor is approximately 21,996, while the third floor measures about 20,046. The planning emphasizes the importance of adhering to construction standards and addresses specific design considerations pertinent to military facilities. The document serves as both a request for proposal (RFP) and a comprehensive plan for execution, ensuring that all details align with federal requirements and operational needs.
    This document serves as an amendment to solicitation FA461325Q0012, extending the deadline for quote submissions and updating site visit details. Key points include the site visit scheduled for March 20, 2025, at Security Forces Group Bldg. 34, F.E. Warren AFB, WY. Attendees must gather at Gate 1 Visitor Center by 9:30 AM MST and bring proper identification. The document also outlines additional requirements for acknowledging the amendment, including submission methods, deadlines for questions, and the final quote submission due by March 27, 2025, at noon MST. The amendment retains all other terms of the original solicitation, ensuring that participants are informed of changes crucial for compliance and accurate proposal preparation.
    The document serves as an amendment to a solicitation, indicating a revised due date for offers and incorporating additional attachments related to a federal RFP. The response deadline has been extended from March 27, 2025, to April 3, 2025. It includes new materials such as the Post-Site Visit Questions and Answers and a Brand Name or Equal Justification and Approval (J&A), while also deleting redundant documents. A site visit is scheduled for March 20, 2025, at F.E. Warren AFB, with specific instructions for attendees regarding visitor passes and timing. Quotes from contractors must be submitted by the amended deadline, with the requirement to acknowledge this amendment clear to all bidders. This amendment emphasizes the necessity for compliance with federal guidelines and procedural integrity in the bidding process. Overall, it represents the government’s effort to maintain transparency and proper oversight within the procurement procedure.
    This document serves as an amendment to a solicitation and contract modification for a project involving the provision of various types of carpet tiles and installation services at F.E. Warren Air Force Base, Wyoming. The amendment updates multiple aspects of the original request, including extending the proposal due date from April 3, 2025, to April 11, 2025, and increasing the delivery timeline from 90 to 120 calendar days. The specifications for the types of carpet and wall bases are adjusted to include more precise descriptions and quantities, with notable changes made to line items involving Mohawk and Kinetex products. These modifications ensure compliance with the updated contract requirements and provide contractors with clear, revised objectives for their proposals. Additionally, the document outlines the procedures for acknowledging the amendment and encourages previous proposal submitters to correct any discrepancies in their submissions before the new deadline. The amendment reflects adherence to the Federal Acquisition Regulation (FAR) guidelines, ensuring all alterations are documented and communicated effectively to maintain the integrity of the procurement process. Overall, this document is essential for contractors involved in the government bidding process, providing clarity and updated requirements necessary for compliance.
    The document outlines a women-owned small business (WOSB) solicitation/contract for commercial products and services, specifically the procurement and installation of flooring materials at Francis E. Warren Air Force Base in Wyoming. The solicitation includes two main products: carpet tiles and textile composite carpet tiles/planks, detailing specifications, quantities, and pricing arrangements. Contractors are required to manage the provision of materials, personnel, tools, and waste disposal necessary for the installation without relocating furniture. The total award amount is estimated at $19 million, with contracts characterized as unrestricted and limited to certain small business categories including economically disadvantaged women-owned small businesses and service-disabled veteran-owned businesses. Inspections and acceptance of work will be coordinated through a designated project manager. The document also emphasizes compliance with various federal acquisition regulations and includes clauses regarding payment methods and contractor responsibilities, ensuring adherence to standards for quality and sustainability in the acquisition process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    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.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    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.