RLF Flooring - ESD Carpet Tiles
ID: W50S8R25Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, 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 Army, is seeking proposals for the procurement of ESD carpet tiles and adhesive pads under a total small business set-aside. The project requires the installation of carpet tiles over a 2ft x 2ft metal concert-filled raised flooring, necessitating specific material compatibility and compliance with outlined technical specifications. This procurement is crucial for maintaining safety and functionality in military facilities, with a firm fixed price purchase order intended for delivery to Mansfield, Ohio. Interested vendors must submit their quotes by 10:00 A.M. EST on February 25, 2025, and can direct inquiries to MSgt Jeffrey Snyder at jeffrey.snyder.20@us.af.mil or by phone at 419-520-6542.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a question-and-answer amendment related to a federal Request for Proposal (RFP) regarding the installation of carpet tiles on specific subfloor types. It addresses two essential queries from bidders: the required conductivity of the subfloor and brand specifications for the carpet tiles. The first question determined that the carpet tiles would need to be installed over a 2ft x 2ft metal concert-filled raised flooring; this raises the need for conductive underlayment or adhesives if the subfloor lacks conductivity. For the second inquiry, it was clarified that there is no requirement for a specific brand of carpet tiles, as long as they conform to the outlined specifications. This amendment highlights the importance of material compatibility in project execution and ensures compliance with the technical requirements specified in the RFP, thereby aiding bidders in preparing their proposals effectively.
    The document presents an extensive description of clauses and requirements associated with a federal Request for Proposals (RFP), particularly focusing on compliance related to the procurement of goods and services. It outlines specific clauses that incorporate federal regulations covering compensation, whistleblower rights, subcontracting standards, transportation requirements, and telecommunications security, among others. Significant provisions include requirements for unique item identification, payment instructions via the Wide Area WorkFlow (WAWF) system, and various certifications regarding business operations with entities like the Maduro regime or operations in the Xinjiang Uyghur Autonomous Region. Notable clauses emphasize the importance of adhering to federal acquisition policies, including quality assurance and reporting standards. The document is structured into two main sections: clauses incorporated by reference and those in full text, ensuring comprehensive guidance for contractors to maintain compliance with federal standards during contract execution. This focus reflects the government's commitment to transparency, accountability, and the protection of national interests in the procurement process.
    This document serves as a Request for Quotation (RFQ) under solicitation W50S8R25Q0003 for the procurement of ESD carpet tiles and adhesive pads, specifically designated as a 100% small business set-aside. The government intends to issue a Firm Fixed Price (FFP) purchase order for delivery to Mansfield, Ohio. Offerors must provide detailed quotes inclusive of vital information like Company Name, CAGE Code, Unique Entity ID, proposed delivery timelines, and warranty terms. The evaluation process is based on four key factors: Technical acceptability, Price, Delivery terms, and Supplier Performance Risk System (SPRS) assessments. Technical submissions must meet specified requirements, while pricing will be assessed among those deemed technically suitable. Protests regarding the solicitation can be directed to the National Guard Bureau’s protest resolution program, with a goal to resolve disputes within 35 days. Quotes are due by 10:00 A.M. EST on February 25, 2025. The contact person for further inquiries is MSgt Jeffrey Snyder. This RFQ reflects the government’s commitment to effective procurement practices and small business engagement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CARPETING SERVICES B+4 (WEST POINT NY)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for carpeting services at the U.S. Army Garrison and United States Military Academy in West Point, NY. The contract involves the removal and replacement of carpeting across multiple facilities, requiring contractors to manage logistics, ensure quality control, and comply with safety regulations, including potential asbestos handling. This procurement is particularly significant as it supports the maintenance and improvement of infrastructure at a key military installation, with an estimated total award amount of $9,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by February 28, 2025, at 10:00 AM, and can direct inquiries to Sonya D. Van Valkenburg at sonya.d.vanvalkenburg.civ@army.mil.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with stringent quality and safety standards. This procurement is critical for maintaining operational integrity in a key air traffic control environment, ensuring minimal disruption to ongoing activities. Interested parties should submit their proposals by February 28, 2025, with a project budget estimated between $50,000 and $100,000; for further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.
    Asbestos, Carpet, and Furniture removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract involving the removal of asbestos, carpet, and furniture at Beale Air Force Base in California. The project entails the removal of existing carpet, installation of new carpet, relocation and storage of furniture, and abatement of asbestos-containing materials in designated areas, all while adhering to federal, state, and local safety standards. This procurement is crucial for maintaining a safe and updated facility environment, ensuring compliance with health regulations, and enhancing operational efficiency. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 25, 2025, with work expected to commence between February 19 and May 31, 2025. For further inquiries, vendors can contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.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 Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days after receiving the notice to proceed, following a pre-bid conference scheduled for February 25, 2025. This procurement is crucial for maintaining operational readiness and safety standards, as the epoxy flooring must withstand significant wear from heavy vehicles and chemicals, adhering to specific quality and safety regulations. Interested small businesses must submit their bids by March 18, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    41 RGS Carpet Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the 41 RGS Carpet Replacement project at Moody Air Force Base in Georgia. The procurement involves the removal of existing carpets and the installation of new carpets and resilient rubber cove bases, adhering to the Air Force Carpet Program standards, with a project duration not exceeding 90 days. This project is crucial for maintaining the infrastructure and aesthetics of military facilities, ensuring compliance with federal guidelines for public procurement. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details and to discuss the requirements, including a site visit for accurate assessment and bidding.
    FA8604 Storage Aid System at Maxwell Air Force Base Alabama MMHS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FA8604 Storage Aid System at Maxwell Air Force Base in Alabama. This procurement involves modular cabinets designed for Electrostatic Discharge (ESD) compliance, with specific requirements outlined for Type A and Type B cabinets, including the necessity of ESD rubber mats for Type A cabinets only. These cabinets are crucial for maintaining safe and efficient operations in environments sensitive to ESD, ensuring the protection of electronic components. Interested vendors should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or Emily A. Gomez at emily.gomez.3@us.af.mil, with the procurement being set aside for small businesses under FAR 19.5.
    PORTNSY-M22 Remove and replace carpet, wood laminate and cubicles 1st and 2nd deck
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors to remove and replace carpet, wood laminate, and cubicles on the 1st and 2nd decks of a designated facility. This procurement aims to enhance the office environment by ensuring that the flooring and cubicle systems meet current standards and provide a functional workspace for personnel. The project falls under the NAICS code 238390, which pertains to Other Building Finishing Contractors, and is classified under the PSC code Z2AA for the repair or alteration of office buildings. Interested contractors, particularly those eligible under the 8(a) set-aside program, should reach out to Rachel Honecker at rachel.honecker@navy.mil or Taylor Carson at taylor.carson@navy.mil for further details and to express their interest in this opportunity.
    58--TILE,RUBBER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of rubber tiles. This solicitation falls under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, and is classified under the PSC code 5840 for radar equipment, except airborne. The rubber tiles are essential components likely used in various defense applications, contributing to the operational readiness and effectiveness of naval systems. Interested vendors can reach out to Jordan Burt at 717-605-1318 or via email at JORDAN.BURT@NAVY.MIL for further details regarding the solicitation process.
    7830--Gym Flooring and Installation
    Buyer not available
    The Department of Veterans Affairs is seeking industry input through a Sources Sought Notice for gym flooring and installation services at a facility in Southern Oregon. The procurement requires black rubber flooring with a thickness of 3/8”, designed with interlocking squares for ease of assembly and disassembly, along with a yellow transition ramp for accessibility. This flooring is essential for providing a safe and functional environment for veterans' recreational activities. Interested vendors must submit their company name and a two-page statement of capabilities by February 28, 2025, via email to Helen Woods at helen.woods@va.gov, with a performance period of 90 days post-award. The notice emphasizes compliance with federal contracting regulations, particularly for service-disabled veteran-owned and veteran-owned small businesses.
    56--CARPET REPLACEMENT
    Buyer not available
    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.