ALS Carpet
ID: FA483025Q0045Type: 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)

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 soliciting bids for the replacement of carpet at the Airman Leadership School (ALS) located in Building 1216 at Moody Air Force Base, Georgia. The project entails removing existing carpet and installing a new tile carpet system, requiring the contractor to provide all necessary labor, materials, equipment, and management to complete the task, including options for additional classrooms and areas as specified in the updated documents. This procurement is critical for maintaining the facility's operational standards and enhancing the environment for leadership training. Interested contractors must submit their proposals by following the guidelines outlined in the solicitation, and they are encouraged to attend a site visit scheduled for May 5, 2025, to better understand the project requirements. For further inquiries, contact Caleb Burks at caleb.burks.3@us.af.mil or Maria Spence at maria.spence@us.af.mil.

    Files
    Title
    Posted
    The document outlines the location and RSVP details for a meeting related to the Airman Leadership School at Moody Air Force Base in Georgia. The meeting will take place at Building 1216, situated directly off Bemiss Road, conveniently across from the main base area, thus eliminating the need for base access. Interested participants are instructed to contact A1C Burks via email by 3 PM EST on Friday, April 18th to confirm attendance. This information is part of a federal request for proposals or grants, likely aimed at engaging stakeholders in discussions relevant to military training and leadership development. The notice emphasizes accessibility and encourages timely responses from potential attendees.
    The document appears to be an inaccessible file, indicating issues with the PDF viewer needed for display. As such, there are no discernible topics, key ideas, or structural elements that can be summarized from it. It seems to relate to federal government RFPs, grants, or local documents but lacks specific content for further analysis or interpretation. The intended information may include processes for accessing federal resources, directions for submitting proposals, or details about local government funding opportunities. However, without readable content, no meaningful summary can be reliably constructed.
    The ALS Carpet Pictures document appears to feature visual representations related to a government solicitation or procurement process concerning carpeting solutions. Although specific details about pricing, materials, or supplier qualifications are not included, the images likely serve to illustrate product options or specifications in response to Requests for Proposals (RFPs) for flooring solutions. Within the context of federal, state, or local RFPs, such visuals can enhance understanding of the offered products, guiding decision-makers in the evaluation process. The use of carpet pictures indicates an emphasis on aesthetics and quality standards expected in government contracts, aligned with compliance to regulations and requirements. The document seems to aim at providing a clear visual reference for potential bidders or stakeholders engaged in the procurement process, aiding in their submissions while ensuring that submissions meet the desired specifications and standards stipulated in the RFP.
    The document outlines a series of site visit questions and confirmations regarding renovations at the Airman Leadership School (ALS). Key inquiries include whether ALS personnel will handle the relocation of their IT equipment, if a Unique Entity Identifier (UEI) should replace the required DUNS number on the bid form, and about specifications for flooring transitions and base heights noted in the Statement of Work. It confirms that a 6-inch cove base will be specified, includes adjustments to transitions at doorways, and replaces rubber stairs nosing in the auditorium. This document serves as part of the communication process in response to a request for proposals (RFP), clarifying project expectations to ensure all parties are aligned with the renovation requirements ahead of the procurement process. The responses provided indicate direct confirmations for each of the queries raised, providing clarity and addressing potential areas of confusion for contractors involved in the bidding phase. Overall, this document is an essential component to ensure compliance and clear understanding for the renovation project to enhance facilities at ALS.
    The Statement of Work outlines the requirements for carpet replacement at Building 1216, Airman Leadership School, Moody Air Force Base, Georgia. The contractor is responsible for moving furniture, removing existing carpet, and installing new carpet along with cove bases and door transitions. Compliance with the Air Force Carpet Program, including selecting materials from specified vendors, is mandated. The contractor must verify dimensions, provide product data, and submit samples for approval before installation. Work will be conducted outside normal duty hours and must not disrupt building occupants. Contractors must hold appropriate certifications and ensure all tasks adhere to safety regulations. Further, after installation, the contractor must perform a thorough cleaning of the site. The contractor is also obligated to provide a one-year workmanship warranty and any manufacturer warranties to the government. This project is a crucial aspect of maintaining the functionality and aesthetics of Air Force facilities, illustrating the government’s commitment to upkeeping its infrastructure efficiently and safely.
    The document consists of a floor plan for Building 1216 utilized by the Air Force Space Command. It primarily outlines the spatial arrangement and designated areas within the building, aiming to facilitate efficient operations and logistics for the command. While lacking detailed content, the floor plan's graphical representation is essential for planning renovations or spatial modifications to meet operational needs. The document underscores the importance of strategic space management within military facilities to enhance effectiveness and maintain readiness. The floor plan serves as a foundational tool in the context of government RFPs, federal grants, and state and local RFPs, allowing agencies to visualize and address structural requirements tailored to specific mission objectives.
    The document appears to be an inaccessible file, potentially containing information regarding federal government RFPs (Request for Proposals), federal grants, and state and local RFPs. While the specific content of the file cannot be reviewed, the context suggests that it might provide essential guidelines, eligibility criteria, and application processes related to funding opportunities offered by government entities. These opportunities often aim to support various initiatives across multiple sectors, promoting economic development, social services, infrastructure upgrades, and research projects. Understanding this content is crucial for stakeholders, including non-profits, local governments, and private organizations, that wish to leverage federal and state resources to meet community needs or enhance programmatic capacities. Further analysis of the actual file contents would be required to extract specific details and instructions pertinent to potential applicants or interested parties.
    The document details a proposal for recarpeting various areas within a specified facility, totaling 6,626.51 square feet. Key areas designated for recarpeting include the main area, marked in orange, and additional spaces outlined in blue, which will be quoted separately. Furthermore, a yellow area encompasses the auditorium and back office zone set for recarpeting and furniture relocation in the fiscal year 2026. The proposal implies a need for careful assessment of existing conditions in these classroom and office spaces, signifying a commitment to facility upgrades. This initiative aligns with typical government RFPs which emphasize maintenance and improvement of public spaces while prioritizing efficiency and compliance with funding guidelines.
    The Statement of Work outlines the requirements for carpet replacement at Building 1216, Airman Leadership School, Moody Air Force Base, Georgia. The contractor is responsible for moving furniture, removing and disposing of existing carpet, installing new carpet and cove base, and ensuring all work adheres to the Air Force Carpet Program's guidelines. Installation tasks must be performed by certified installers, with all material measurements verified on-site. The selected carpet types must come from specified vendors, with color and design options to be confirmed prior to installation. The contractor is also tasked with ensuring that the areas are clear of debris and properly cleaned post-installation while observing safety regulations. The project must be completed within 90 days following contract award and requires prior approval for any schedule changes. Detailed pricing is requested for both the main carpet area and optional additional classrooms or office areas, maintaining alignment with the expectations outlined in the document. Overall, this project reflects the government’s commitment to maintaining functional and aesthetically pleasing facilities while complying with industry standards.
    The file appears to be an inaccessible PDF document with no contents provided for analysis. Therefore, a summary cannot be created based on specific details regarding federal government RFPs, grants, or proposals. As it stands, it primarily focuses on an error message related to the need for an updated PDF viewer and offers links for assistance. Consequently, without the actual content, the main topic, key ideas, and supporting details remain unknown, rendering an effective summary infeasible. To proceed, it would be necessary to obtain the document in a suitable format to analyze and summarize its intended purpose regarding government RFPs and grants accurately.
    The Statement of Work outlines the requirements for a carpet replacement project at Building 1216, Moody AFB, Georgia, for the Airman Leadership School. The contractor is expected to provide all necessary personnel, equipment, and materials to conduct the project, which includes moving furniture, removing existing carpet, and installing new carpet and cove base. Installation must comply with the Air Force Carpet Program and be managed by certified installers. Specific carpet selections are to be chosen from approved vendors. The contractor is responsible for accurate measurements, removal and disposal of existing materials, and installation of transitional elements. Safety regulations must be adhered to, ensuring a clean work environment post-installation. A detailed work schedule must be submitted, and work will be conducted after hours to avoid disruption. Additionally, options for replacing carpet in additional classrooms and other specified areas are also included in the RFP. The project is to be completed within 90 days and includes warranty provisions for workmanship, ensuring the government is satisfied with the quality and compliance of the work performed.
    The document serves as an announcement regarding a location and contact details for an event at Moody Air Force Base in Georgia. Specifically, it addresses the Airman Leadership School situated at Building 1216, directly accessible from Bemiss Road without needing base entry. Attendees are instructed to RSVP to A1C Burks via email by 3 PM EST on May 2nd. This information is pertinent for coordinating participation in activities related to the military's leadership training program, demonstrating a clear communication channel for potential attendees while ensuring logistical arrangements are properly managed. The overall aim is to facilitate engagement in the Airman Leadership Course by providing necessary location and contact information.
    The document does not contain any substantive content to summarize, as it primarily includes instructions related to the use of Adobe Reader for viewing PDF files. There is no main topic or specific ideas presented regarding federal RFPs, grants, or state/local procurement processes. Consequently, it lacks context or details for analysis. The absence of information means that I cannot extract or convey any key points, as there are no relevant details to discuss. The focus is solely on addressing potential technical issues users might face with the PDF viewer. Therefore, no summary of key topics or ideas can be provided from the contents of the document.
    The document outlines a proposal related to carpeting refurbishment within a facility, specifically noting an area of 6,626.51 square feet designated for recarpeting, with specific attention to Classroom 1 and Classroom 2. The main area slated for recarpeting is highlighted in orange, while an additional area requiring a separate quote is marked in blue. The focus of this Request for Proposal (RFP) revolves around improving the facility's appearance and functionality through carpeting upgrades. This initiative reflects efforts to maintain a conducive learning environment and ensure compliance with potential federal and state guidelines pertaining to facility maintenance and upgrades. The document serves as a preliminary step in soliciting bids from potential contractors for the recarpeting task, suggesting a systematic approach to overseeing facility improvements.
    The Statement of Work for the carpet replacement project at Building 1216, Airman Leadership School, Moody AFB, outlines the contractor's responsibilities for removing existing carpet and installing new flooring materials in compliance with the Air Force Carpet Program. Tasks include moving furniture, disposing of old materials, installing new carpet, rubber cove base, and transitions, while adhering to specified product guidelines from approved vendors. The contractor is required to verify dimensions on-site, submit product data, and provide physical samples before installation. Work must happen outside normal duty hours due to building occupancy, and safety regulations according to OSHA and EM 385-1-1 must be followed. Additionally, the contractor must guarantee a one-year warranty on workmanship and follow product installation guidelines to maintain material warranties. Proposals should include pricing for the main area and optional additional classrooms, ensuring detailed schedules and permissions are established with the designated government representative. This document serves as a formal RFP, detailing parameters for contractors seeking to fulfill the carpet replacement necessitated by the Air Force's standards and oversight.
    Lifecycle
    Title
    Type
    ALS Carpet
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    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.
    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.
    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.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking small business prime contractors for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. The project, estimated to exceed $10 million, encompasses a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural upgrades, as well as mechanical, electrical, and communications improvements. This renovation is critical for modernizing facilities originally designed in 1954, ensuring compliance with safety and environmental standards, and enhancing the living conditions for personnel. Interested parties must submit their company information, including small business status and Cage Code/UIE, to the primary contacts by December 18, 2025, at 2:00 PM Mountain Time, and must confirm their ability to obtain necessary certifications and licenses for work in Montana.
    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.
    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.
    B2620 Dorm Construction
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking potential sources for the B2620 Dorm Construction project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves extensive demolition, renovation, and construction work to improve living conditions in the dormitory, including refurbishing bathrooms and bedrooms, updating electrical systems, and addressing hazardous materials such as asbestos and lead paint. The total performance period for the project is 665 calendar days, which includes 245 days for design and 420 days for construction, with a focus on adhering to federal, state, and local codes. Interested parties are encouraged to contact Daniel Theyn at daniel.theyn@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information and to express their interest in participating in this opportunity.
    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.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.