ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Epoxy Floor Coating

DEPT OF DEFENSE FA481925R0013
Response Deadline
Jun 20, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation of a durable epoxy floor coating at the Robotics Maintenance / Range Control Facility located at Tyndall Air Force Base in Florida. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to prepare the floor, apply a 2-part epoxy coating, and conduct final cleaning, ensuring the coating can withstand forklift traffic and meets aesthetic standards. This procurement is crucial for maintaining operational readiness and safety standards within military facilities. Interested contractors should submit their bids by the specified deadline, and for further inquiries, they may contact Lawrence Scroggins at lawrence.scroggins@us.af.mil or Ian Hinojosa at ian.hinojosa_guillen@us.af.mil, with the project estimated to cover approximately 3,100 square feet and a firm-fixed price contract structure.

Classification Codes

NAICS Code
325510
Paint and Coating Manufacturing
PSC Code
8010
PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS

Solicitation Documents

7 Files
Solicitation Amendment FA481925R00130002 SF 30.pdf
PDF1349 KBJun 16, 2025
AI Summary
The document is an amendment to a federal solicitation, indicating procedural updates regarding the submission of offers. It specifies that the deadline for receiving offers may be extended, outlines methods for acknowledging receipt of the amendment, and emphasizes the importance of timely acknowledgment to avoid offer rejection. The amendment may also allow for changes to previously submitted offers, provided appropriate communication is made. The document further notes that existing terms and conditions from the referenced contract remain unchanged unless stated otherwise. Additionally, it provides details such as the effective date, project number, and contact information for submitting technical questions. The purpose of this amendment is to maintain clarity and compliance in the government procurement process, ensuring all parties are informed of updates and requirements related to the solicitation and potential contract modifications.
Epoxy Floor Coating Questions and Answers.docx
Word22 KBJun 16, 2025
AI Summary
The document outlines the Request for Proposal (RFP) for the installation of an epoxy floor coating at a government facility under project FA481925R0013. Key details include an estimated working area of approximately 3,100 square feet, with specific instructions for contractors outlined in Section L of the solicitation. The contract will be firm fixed price, and all submissions must comply with requirements posted on SAM.gov. Pre-bid arrangements include no site visits due to sufficient provided documentation. Important specifications emphasize the use of Urethane cement as a substitute for epoxy, confirming that all rooms except the IT closet will receive the new flooring system. Contractors must be aware of wage determinations under both the Service Contract Act and Davis Bacon Act, and while a Bid Bond is not required for amounts under $150k, performance obligations exist. The document clarifies operational details, such as allowed work hours, the provision for a dumpster, and removal of existing rubber base. The request underscores that contractors are responsible for using quality materials that meet durability requirements while having the flexibility to select their products. Overall, the RFP aims to solicit competitive bids for the project while ensuring compliance with government standards.
STATEMENT OF WORK 9727 Floor 4-21.docx
Word20 KBJun 16, 2025
AI Summary
The Statement of Work (SOW) outlines the requirement for a durable floor coating system at the Robotics Maintenance / Range Control Facility within Tyndall Air Force Base. The project involves labor, materials, and equipment for applying a 2-part epoxy coating to the concrete floor, specifically designed to withstand forklift traffic while enhancing aesthetic appeal. Excluded from the project is the IT Closet (Room 106), and the contractor will be responsible for floor preparation, coating application, and thorough cleanup. The floor coating must adhere to specified thickness and composition standards, and the work is subject to inspection and acceptance criteria established by the government. The contractor is to provide a firm-fixed rate payment per square foot, with a ceiling cost cap set in the contract. Deliverables include a Work Plan, Material Data Sheets, and a Completion Report, all due at specified times during and after project execution. Access to the facility will be provided, with the contractor expected to complete the work within 10 calendar days of contract award. This SOW emphasizes compliance with federal, state, and local regulations throughout the project lifecycle, ensuring readiness for operational use post-installation.
Epoxy Floor Coating Location Pictures.pdf
PDF9869 KBJun 16, 2025
AI Summary
The document outlines the architectural plans for a construction project at Tyndall Air Force Base, specifically the Tyndall Robotics Maintenance Facility (Project # FA300219PA177). It details the first-level floor plan, including structural elements like new grade beams, utility lines, and drainage systems. Key notes include specifications for wall-mounted fixtures, ceiling heights, and plumbing placements, ensuring compliance with ADA and other relevant regulations. The plans emphasize the importance of accurately coordinating between architectural and mechanical, electrical, and plumbing (MEP) systems to avoid conflicts during construction. The project, marked by precise dimensions and structural details, is designed to meet federal military standards, reflecting commitment to safety, accessibility, and modern facility requirements. Overall, the document serves as a critical blueprint for contractors to follow, highlighting the project's objectives and facilitating compliance with military construction guidelines.
SCA 15-4559.pdf
PDF76 KBJun 16, 2025
AI Summary
The document provides a comprehensive wage determination under the U.S. Department of Labor’s Service Contract Act (SCA) for contracts awarded in Florida, specifically Bay County. It establishes minimum wage rates for various occupations, aligned with Executive Orders 14026 and 13658. For contracts effective January 30, 2022, the minimum wage is set at $17.75 per hour. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, adhere to a minimum of $13.30 per hour, provided they are not renewed after the specified date. It details fringe benefits for workers, including health and welfare contributions, vacation, and holidays. The document outlines procedures for classifying and determining wage rates for any unlisted job titles through a conformance process. Health and safety standards, including paid sick leave per Executive Order 13706, must also be observed. The comprehensive list of occupations along with their corresponding wage rates reflects the essential function of this wage determination in ensuring fair labor practices and compliance in governmental contracts. This document is critical in guiding contractors in Federal procurement processes while safeguarding workers’ rights.
DBA - FL20250005.pdf
PDF206 KBJun 16, 2025
AI Summary
The document appears to be a corrupted file and contains unreadable characters, thus making it impossible to extract substantive information or summarize its content. The main purpose of such documents in the context of government RFPs (Requests for Proposals), federal grants, and state/local RFPs typically includes providing specific project details, guidelines for submissions, eligibility criteria, funding amounts, and program objectives. However, due to the document's corrupted nature, these elements cannot be assessed. For effective analysis and summary, a readable and coherent version of the document is necessary, enabling the identification of key ideas, topics, and structure relevant to federal funding opportunities for various projects. Therefore, the essence of the document cannot be captured accurately as no intelligible information is present.
Solicitation Amendment - FA481925R00130001.pdf
PDF1614 KBJun 16, 2025
AI Summary
The document outlines a solicitation for the installation of an epoxy floor coating in Building 9727 at Tyndall Air Force Base. The contractor is required to supply all labor, materials, equipment, and supervision necessary for the project, which includes floor preparation, application of a 2-part epoxy coating, and final cleaning. The coating must be durable enough to withstand forklift traffic and meet specific aesthetic standards. The solicitation specifies that sealed bids must be submitted by a set deadline, with a performance period defined in calendar days. It includes requirements for performance and payment bonds, along with strict compliance with various regulatory standards, including federal, state, and local laws. Additional information includes payment terms, inspection and acceptance criteria, and crucial compliance details related to small business requirements and labor standards. This solicitation exemplifies the government's structured approach to contracting, ensuring that relevant performance standards and legal obligations are met for construction projects funded by federal and state grants.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 6, 2025
amendedAmendment #1· Description UpdatedJun 9, 2025
amendedLatest Amendment· Description UpdatedJun 16, 2025
deadlineResponse DeadlineJun 20, 2025
expiryArchive DateJul 5, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4819 325 CONS PKP

Point of Contact

Name
Lawrence Scroggins

Place of Performance

Tyndall AFB, Florida, UNITED STATES

Official Sources