Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 8, 2025 at 8:00 PM
Updated August 9, 2025
Renovation of a military facility in Edwards AFB, California. Completed plans call for the renovation of a military facility.
This is a non-personal services agreement to provide carpet removal, and installation of vinyl plank flooring as shown in highlighted areas in Facility 16308/1635as shown in appendix 1and appendix 2 . The government shall not exercise any supervision or control over the contractor employees performing the services herein. Such contractor employees shall be accountable solely to the contractor who, in turn is responsible to the government. The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks under this contract. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. Additionally, under no circumstances shall the Government direct the purchase of materials or equipment on this contract. Purchases should be made at the discretion of the Contractor for contractual needs covered by the work to be performed as outlined in the Statement of Work (SOW). It shall be the responsibility of the Contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services, and additionally to ensure that material/equipment purchases are made in accordance with this SOW. If the Contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the Contractor's responsibility to notify the Contracting Officer (CO) immediately. Additionally, it is the Contractor's responsibility to report to the CO all inappropriate direction by the Government to procure materials/equipment to which the Contractor does not have direct use for on this contract. Such contractor employees shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1.1. Description of Services/Objectives. The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non personal services necessary to perform carpet removal and vinyl plank flooring installation and repair as defined in this SOW except for those items specified as Government Furnished Property and services. The contractor shall perform to the standards in this contract. This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under the contract. The contractor shall perform lifting of modular furniture when installing vinyl flooring. The contractor shall be responsible for maintaining communication with the contracting officer (CO) and the Government Program Manager (GPM), and to immediately notify both the CO and the GPM of any problems that would prevent timely performance of this contract. The contractor is responsible for and required to implement, and maintain management control systems necessary to plan, organize, direct, and control all activities under this contract. At the time of the award and throughout the entire period of performance, the contractor shall have and maintain all necessary certifications and/or licenses to complete any and all work as directed in this SOW. 1.2. Background. All work shall be accomplished in accordance with industry standards, base design standards and commonly accepted commercial practices. 1.3. Inherently Governmental Function. The contractor shall not perform inherently governmental functions as defined in FAR Subpart 7.5 in relationship to this SOW. 1.4. Period of Performance. Period of Performance shall not exceed 30 days. 1.5. Place of Performance. The contractor shall perform the services in the SOW at building 1630/1635 on Edwards Air Force Base, CA. 1.6. Specific Tasks. The Contractor shall provide new flooring provided documentation and provide all labor, tools, equipment, transportation, and materials necessary to remove existing flooring, install new flooring and perform flooring repairs. The Contractor shall seal and wax all installed vinyl composition tile (VCT). The contractor shall perform lifting of modular furniture when installing vinyl tiles. The Facility Manager shall be responsible for coordinating the removal and replacement of furniture and furnishings, to include computers prior to flooring installation. 1.6.1. Specific Tasks. The Contractor, Facility Manager and Contracting Officer/Contract Administrator shall conduct a site visit to identify and measure flooring requirements. A written cost estimate for each requirement shall be provided to the Contract Officer/Contract Representative within three (3) business days. 1.6.2. Specific Tasks. Work shall be performed in such a manner as to cause minimum disruption to the regular routine of the occupants in the area. Care shall be taken to minimize the spread of dust, debris and airborne particles. At all times during course of installation the premises shall be kept free from accumulation of waste materials and debris. All debris shall become the property of the Contractor unless specifically exempted in the specifications and shall be disposed of by the contractor outside of EAFB, AFRL and AFP42 in accordance with local, state and federal environmental regulations. 1.6.3. Trash and Litter Control. The contractor shall clean up and remove all packaging materials and associated litter from installation site. This includes supplying an adequate number of trash receptacles in all appropriate locations. Contractor is responsible for the disposal of all packaging/packing materials and associated litter. 1.7. Deliveries. All flooring deliveries and schedules shall be coordinated with the Facility Manager FOB is Edwards AFB, CA 93524 1.7.1. Inspection. Deliverables will be inspected by the government within two (2) workdays of receipt. Progress meetings may be held as required. This is a Combined Synopsis/Solicitation for the acquisition of carpet removal and new plank flooring installation in Buildings 1630 and 1635. Contractor shall: Remove the existing carpet in Buildings 1630 and 1635. Supply new plank vinyl tile. Install new plank vinyl time in Buildings 1630 and 1635. Please see attachments for further details. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement. (ii) Solicitation Number: FA930225Q0064 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the services described in this combined synopsis/solicitation are invited to submit, in writing, a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-04, DFARS Change 01/17/2025 and DAFFARS Change 10/16/2024. (iv) THIS REQUIREMENT WILL BE: 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 561210 "Facilities Support Services" with a size standard $47,000,000.00. (v) Period of Performance shall not exceed 30 days. (vi) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI: 2. UEI Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. Email address: 8. Warranty (if applicable): 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Period of Performance: 12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications--Commercial Products and Commercial Services (Feb 2024) - or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov (vii) The provision at FAR 52.212-2, Evaluation--Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide carpet removal services, new plank vinyl tile installation services, and new plank vinyl tile. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technical Acceptability Technically Acceptable Subfactors: 1. Ability to provide carpet removal services, new plank vinyl tile installation services, and new plank vinyl tile. The ability to provide the services and products as stated in the Statement of Work will be assigned ratings of satisfactory or unsatisfactory. The Government will award a purchase order resulting from the RFQ to a responsible offeror whose quote is responsive to the RFQ and considered to be the LTPA. (viii) Offerors must have completed copies of applicable provisions in sam.gov. Offers will be considered incomplete if not completed. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Jan 2025), applies to this acquisition. (xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses attached; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xii) Defense Priorities and Allocation System (DPAS): N/A (xiii) Quote Submission Information: It is the government's intent to award without discussions. Therefore, each initial quote should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 25 July 2025 at 9:00 AM, Pacific Daylight Time (PDT). Offers must be sent via email to both Abel Alcantar (abel.alcantar.1@us.af.mil) AND Karla Vazquez Montes (karla_lizette.vazquez_montes@us.af.mil). No late submissions will be accepted. (xiv) For additional information regarding this solicitation contact: Primary Point of Contact: Karla Vazquez Contract Specialist karla_lizette.vazquez_montes@us.af.mil Secondary Point of Contact: Abel Alcantar Contracting Officer abel.alcantar.1@us.af.mil QUESTION PERIOD: The period for questions regarding this RFQ will end at 12:00 PM PDT on 21 July 2025. Please send all questions to both POCs listed above. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
Post-Bid
Military
$200,000.00
Public - Federal
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
12
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
August 7, 2025
September 8, 2025
Multiple Locations, Edwards AFB, CA
Related To This Project
Edwards AFB, CA
--
Edwards AFB, CA
Bid Date: Aug 21 2025
Edwards AFB, CA
Bid Date: Jul 30 2025
Edwards AFB, CA
Bid Date: Aug 20 2025
Edwards AFB, CA
Bid Date: Sep 12 2025
Edwards AFB, CA
Bid Date: Dec 05 2025
Edwards AFB, CA
Bid Date: Oct 07 2025
Edwards AFB, CA
Bid Date: Aug 07 2025
Edwards AFB, CA
Bid Date: Jul 03 2025
Edwards AFB, CA
Bid Date: Jul 15 2025
Edwards AFB, CA
Bid Date: Jun 20 2025
Edwards AFB, CA
Bid Date: Jul 01 2025
Edwards AFB, CA
Bid Date: Jun 16 2025
Edwards AFB, CA
Bid Date: Aug 22 2025
Unlock Efficiency: The Future of Commercial Construction is Data-Driven
Sign up now to get free company and project data. No payment required.
