MXS Carpet Replacement
ID: FA483025Q0036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Carpet and Rug Mills (314110)

PSC

FLOOR COVERINGS (7220)
Timeline
    Description

    The Department of Defense, specifically the 23rd Contracting Squadron at Moody Air Force Base, Georgia, is seeking contractors for the replacement and installation of carpet in Building 780. The project aims to enhance the hygienic conditions of the workspace and optimize services for clientele by utilizing the existing USAF Carpet Contract guide. Contractors will be responsible for all aspects of the project, including labor, materials, equipment, and waste disposal, adhering to specific guidelines for carpet selection from approved vendors. Interested parties must submit their proposals by April 18, 2025, at 10 AM EST, and are encouraged to attend a site visit on April 7, 2025, to assess the project requirements. For further inquiries, contact June Alba at june.alba@us.af.mil or Maria Spence at maria.spence@us.af.mil.

    Files
    Title
    Posted
    The document outlines key information from a site visit conducted by the 23 MXS regarding a carpet replacement project. It addresses two primary questions: the selection of carpet and the required square footage. Customers are required to select their preferred carpet options from the Statement of Work (SOW), with vendors instructed to provide samples of the options listed. Additionally, the SOW mandates that the contractor verify all room dimensions during the site visit, pointing to the need for accurate measurements found in a provided floor plan. This document is part of the larger procurement process under federal RFPs, emphasizing the importance of vendor compliance with customer requirements and ensuring precise specifications for government contracts.
    The document outlines the process for a site visit related to the "23 MXS Carpet Replacement" project at Moody Air Force Base, Georgia. It instructs participants to first obtain base access at the Visitor’s Center and then meet at Building 780, which is located near the Moody Main Gate. The focus of the project appears to be on replacing carpets, suggesting a maintenance or upgrade initiative within the facility. The procedural details highlight the importance of ensuring proper access and coordination for the site visit, indicative of standard practices in federal projects, particularly in terms of security and logistical arrangements. The document serves as a preliminary guide for stakeholders involved in the carpet replacement contract.
    The document outlines selections for carpet replacements for the 23 MXS project, presenting various options from multiple manufacturers. The first choice is from Interface Americas with their "Smoke" style, while the second choice comes from Mohawk featuring the "Motivated Movement" style, providing detailed specifications including fiber type, construction, and installation methods. Additional options include products from Engineered Floors, Mannington, Tarkett, and Milliken, each providing unique features such as sustainability certifications, dye methods, and backing materials. Key elements include modular carpet tiles, different installation techniques (e.g., quarter turn and vertical ashlar), and environmental compliance standards (e.g., NSF certifications). The document is structured to compare and present various carpet tile products clearly, aiding project decisions for suitable flooring solutions. This collection supports procurement aims within government RFPs, ensuring ongoing adherence to quality, sustainability, and functional needs for military or federal installations.
    The document presents a detailed floor plan for a building, highlighting various rooms and their dimensions, along with specific labels indicating their purposes (e.g., offices, storage, restrooms, break room, conference room). It identifies areas requiring carpet replacement, emphasizing a maintenance need within the building. The layout includes both public and private office spaces, entries, hallways, storage areas, and mechanical rooms, suggesting a comprehensive review of facility planning and resource allocation. The structured format provides insights into spatial organization and accessibility within the facility, essential for officials overseeing building management and renovation projects. This information is crucial for coordinating work associated with government RFPs and grants related to building upgrades, ensuring compliance with safety and usability standards while optimizing space for administrative functions.
    The Statement of Work outlines the requirements for replacing carpet in Building 780 at Moody AFB, Georgia, under the Air Force Carpet Program. The contractor is responsible for moving furniture, removing old carpet, adhesives, and cove base, and installing new carpet and accessories in designated areas. Carpet materials must meet specific guidelines and be sourced from approved vendors, with installation performed by certified professionals. The contractor must also ensure proper measures for removal and disposal of existing materials, provide a dumpster, and maintain safety standards per OSHA and military regulations. A maximum performance period of 90 days is established, with work conducted during normal duty hours. The contractor is also required to verify all dimensions, ensure doors function correctly after installation, and conduct a thorough cleaning of the work area. A one-year warranty on workmanship is mandatory, alongside any manufacturer’s warranties. This document serves as part of federal procurement processes, emphasizing compliance with set standards and processes for government-funded projects.
    The Statement of Work for the carpet replacement project at Building 780 of Moody AFB outlines the requirements for contractors to furnish necessary personnel and materials. Key tasks include moving furniture, removing existing carpet and adhesive, installing new carpet, cove base, and transitions, while adhering to the Air Force Carpet Program protocols established as of August 14, 2023. Contractors must verify measurements on-site, submit samples of materials, and collaborate with approved vendors for carpet selection. Work is to be conducted after regular hours, with a completion timeline not exceeding 90 days post-award. Safety standards must be followed as per OSHA and EM regulations, and any damage caused during the installation must be rectified at no additional cost. A one-year workmanship warranty must be provided, alongside potential manufacturer warranties. The document emphasizes meticulous procedure adherence and the need for debris removal post-installation, ensuring a clean workspace and proper door functionality post-project. This approach demonstrates a commitment to maintaining facility integrity while fulfilling stringent government standards in facility management and renovations.
    The document appears to be a technical message regarding the inability to access the contents of a PDF document due to compatibility issues. It suggests upgrading to the latest version of Adobe Reader for proper viewing. The message briefly mentions trademarks associated with Microsoft, Apple, and Linux. However, no substantive content or information pertaining to federal government RFPs, grants, or reports is provided in this file. As such, there's no main topic or specific ideas to summarize since the document fails to deliver relevant details or context associated with government procurement processes. This message indicates a technical accessibility issue rather than conveying policy or grant-related information.
    The memorandum from the 23D Security Forces Squadron at Moody Air Force Base requests installation access passes for personnel involved in a carpet installation project (RFQ #FA483025Q0036) at the 23 Maintenance Squadron (MXS). The document details the necessary personal information needed for security clearance, including the full name, last six digits of the Social Security Number (SSN), and date of birth for each individual. The request includes a site visit scheduled for April 7, 2025, with a specified expiration date for the access pass not to exceed one year. Specifics concerning the security protocol emphasize the importance of providing complete and accurate information to prevent delays at the visitor center. The memorandum reflects the procedural requirements for contractors seeking access to military installations in relation to government contracts and projects.
    Lifecycle
    Title
    Type
    MXS Carpet Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    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.
    Dyess Handyman IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract for handyman services at Dyess Air Force Base in Texas. The contract will focus on maintenance, repair, alteration, and minor construction projects, with individual task orders valued at less than $350,000. This initiative aims to identify qualified small businesses that can meet the requirements outlined in the Statement of Work, which includes various construction trades such as carpentry, electrical, plumbing, and HVAC. Interested parties must respond to the attached questionnaire by January 5, 2026, at 11:00 AM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    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.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    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.