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 90th Contracting Squadron at F.E. Warren Air Force Base, is seeking qualified contractors for the procurement and installation of flooring materials, specifically carpet tiles, composite carpet planks, and vinyl wall base, for the 2nd and 3rd floors of Building 34. The project entails the demolition and disposal of existing flooring, with a total area of approximately 14,257 square feet of carpet, 4,872 square feet of planks, and 4,225 linear feet of wall base, emphasizing the use of eco-friendly materials and adherence to safety and historical preservation standards. Interested contractors must submit their quotes by March 27, 2025, and are encouraged to attend a site visit on March 20, 2025, with prior registration required. For further inquiries, contact 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 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 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
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 460th Contracting Squadron, is seeking vendors to provide quartz flooring for the fire station at Buckley Space Force Base in Colorado. The procurement involves the installation of a new flooring system in the Apparatus Bay and garage/weight room, covering approximately 6,570 square feet, with a focus on durability, slip resistance, and compliance with commercial-grade standards. This project is critical for maintaining safety and functionality in high-traffic emergency service areas. Interested vendors must submit their quotes and required documentation by March 21, 2025, and can direct inquiries to Contracting Officer SrA Justin Smith at justin.smith.216@spaceforce.mil or Contract Specialist SSgt Anthony Graffeo at anthony.graffeo.1@us.af.mil. The total award amount for this contract is estimated at $19 million, with a delivery timeline of 120 days post-award.
    CARPETING SERVICES B+4 (WEST POINT NY)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Garrison at West Point, New York, is soliciting proposals for carpeting services, which include the removal of existing carpets and the installation of new carpeting in various facilities. The contractor will also be responsible for the temporary relocation and reinstallation of office furniture, as well as providing carpet samples within ten days of contract award. This service is crucial for maintaining the high standards of safety and aesthetics in the Army's infrastructure, ensuring a functional work environment free from tripping hazards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals and past performance documents by 10:00 AM on March 26, 2025, to the primary contact, Sonya D. Van Valkenburg, at sonya.d.vanvalkenburg.civ@army.mil.
    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 137th Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project involves preparing the substrate, applying a new flooring system, and ensuring compliance with safety and quality standards, with a contract duration of 120 calendar days following the notice to proceed. This procurement is significant as it aims to enhance the operational readiness of military facilities by providing durable flooring capable of withstanding heavy use. Interested small businesses must submit their bids by March 24, 2025, at 10:00 AM CST, and are encouraged to attend a pre-bid conference on February 25, 2025, for further clarification on project specifications. For inquiries, potential bidders can contact Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    7220--FLOORING MATERIALS FOR NY CAMPUS 3 WEST RENOVATION
    Buyer not available
    The Department of Veterans Affairs is seeking qualified manufacturers or distributors for flooring materials required for the renovation of the 3rd floor West wing at the Manhattan Medical Center. The procurement includes specific items such as 6,472 units of Patcraft carpet tiles, 940 units of Mohawk Group floor tiles, and various adhesives and flooring components, all under NAICS code 326199. This initiative is part of the VA's commitment to enhancing healthcare facilities for veterans, ensuring compliance and quality in material procurement. Interested businesses must submit their responses, including socio-economic category and contact information, to Contracting Officer Jonatan Rondon by March 19, 2025, at jonatan.rondon@va.gov, noting that this notice is for market research purposes only and does not constitute a formal solicitation.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    31050PR250000138 Carpet Replacement Sturgeon Bay
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a carpet replacement project in Sturgeon Bay, Wisconsin, under solicitation number 31050PR250000138. The project entails the removal of existing carpets, repair of underlying surfaces, and installation of new flooring materials, including Dreamweaver broadloom carpet and MSI click luxury vinyl plank, with a focus on maintaining quality living conditions for personnel. This procurement is set aside for small businesses, with a firm fixed price purchase order expected to be awarded based on the most advantageous quote, considering price and other factors. Interested vendors must submit their proposals via email to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL, ensuring compliance with wage determinations and other federal regulations, with a project budget estimated below $19,000.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    FA301625Q6048 - Carpet Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide carpet cleaning services at Joint Base San Antonio-Lackland, covering buildings 2167 and 2169. The contract entails a base year plus four annual options, requiring comprehensive carpet cleaning services including inspection, pre-vacuuming, sanitizing, and steam cleaning, with an emphasis on using eco-friendly products and maintaining high standards of cleanliness due to the presence of high-profile visitors. Interested contractors must submit their quotes by March 21, 2025, at 12:00 PM CDT, and are encouraged to attend a site visit scheduled for March 13, 2025, to better understand the requirements. For further inquiries, potential bidders can contact Colten Paynter or Rhyne Stroupe via their provided email addresses.
    PORTNSY-M22 Remove and replace carpet, wood laminate and cubicles 1st and 2nd deck
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors to remove and replace carpet, wood laminate, and cubicles on the 1st and 2nd decks of a specified facility. This procurement falls under the 8(a) set-aside program and is classified under the NAICS code 238390, which pertains to Other Building Finishing Contractors, indicating a focus on renovation and repair services. The successful contractor will play a crucial role in enhancing the functionality and aesthetics of the office environment, which is vital for operational efficiency. Interested parties should log in to https://piee.eb.mil and search for 'N4008525R2582' for further details, and may contact Rachel Honecker at rachel.honecker@navy.mil or 757-396-1010 for additional inquiries.
    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.