Closed Solicitation · DEPT OF DEFENSE

    CARPET REWORK

    Sol. 25192Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT GORDON, GA
    Closed
    STATUS
    Closed
    closed May 14, 2026
    POSTED
    May 7, 2026
    Publication date
    NAICS CODE
    238330
    Primary industry classification
    PSC CODE
    Z2CZ
    Product & service classification

    AI Summary

    The Department of Defense is seeking responses from small businesses for a potential contract to provide carpet tile and related services at Fort Gordon, Georgia. This Sources Sought Notice aims to assess interest and capabilities for a small business set-aside. Interested firms should submit their qualifications by May 14, 2026, to assist in determining the acquisition method.

    Contract details

    Solicitation No.
    25192
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 7, 2026
    Response Deadline
    May 14, 2026
    NAICS Code
    238330AI guide
    PSC / Class Code
    Z2CZ
    Primary Contact
    Martina C. Bond
    State
    GA
    ZIP Code
    30905-5719
    AI Product/Service
    both

    Description

    THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide Carpet Tile to the Cyber Center of Excellence (CCOE)  and Fort Gordon, Georgia, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

    This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) / invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 238330 -Flooring Contractors, Size Standard $19,000,000.

    1. I0422 METALLICAL12X48 (90.61 SY)
    2. LOK4T SIS LOKDOTS 1 2 SLEEVE 4 ROLLS ADHESIVE SLEEVE (1 EA)  
    3. 81-5 CARPET LABOR (476.89 SY)
    4. 81-5 CARPET DISPOSAL (1.00 EA)
    5. 81-15 INSTALL CARPET TILE (476.89 SY)

    1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Does the company have a GSA Schedule contract? If so, provide the GSA Schedule contract number.

    2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

    3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-00008) "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

    4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.

    5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

    6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

    7. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

    8. Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Martina Bond in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.civ@army.mil No Later Than 9:00 a.m. EST on May 14, 2026, and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

    Key dates

    1. May 7, 2026Posted Date
    2. May 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CARPET REWORK is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.