Closed Solicitation · DEPT OF DEFENSE

    FLOORING REMOVAL AND INSTALLATION SERVICES

    Sol. FA2823-26-R-0016Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)EGLIN AFB, FL
    Closed
    STATUS
    Closed
    closed Apr 15, 2026
    POSTED
    Apr 9, 2026
    Publication date
    NAICS CODE
    238330
    Primary industry classification
    PSC CODE
    S214
    Product & service classification

    AI Summary

    The Department of Defense is seeking capabilities statements for flooring removal and installation services at Eglin Air Force Base. This Sources Sought notice is for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract. Interested contractors must demonstrate their ability to comply with the Air Force Carpet II Program requirements and submit their responses by April 15, 2026.

    Contract details

    Solicitation No.
    FA2823-26-R-0016
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 9, 2026
    Response Deadline
    April 15, 2026
    NAICS Code
    238330AI guide
    PSC / Class Code
    S214
    Issuing Office
    FA2823 AFTC PZIO
    Primary Contact
    JEREMY RENNAHAN
    State
    FL
    ZIP Code
    32542-5418
    AI Product/Service
    service

    Description

    SOURCES SOUGHT/REQUEST FOR INFORMATION:  The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting, Eglin AFB, FL, is currently conducting market research seeking capabilities statement from potential sources in order to gather industry information and input with respect to a potential Flooring Removal and Installation Services Indefinite-Delivery, Indefinite Quantity (IDIQ) program at Eglin Air Force Base, Florida. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) nor an Invitation for Bid (IFB) and must not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. As stipulated in RFO FAR 15.101 (c), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Responses will be treated as information only and not as a proposal, nor will any award be made as a result of receiving a response. The Government will not be responsible for any costs incurred by interested parties in response to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the System for Award Management (SAM) website (https://sam.gov). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.

    GENERAL REQUIREMENT OVERVIEW

    The Government is seeking qualified and experienced contractors capable of performing flooring-related removal and installation services at Eglin AFB in accordance with the Air Force Carpet II Ordering Guide (compliance with this guidance is mandatory).

    The anticipated contract type is a Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite Quantity (IDIQ). Work may include removal of existing flooring, installation of new flooring systems, associated accessories, minor preparation work to include potential move/lift furniture before or after flooring installation, and debris disposal.

    For the purpose of this Request for Information (RFI), the anticipated North  American Industrial Classification System (NAICS) code is 238330 – Flooring Contractors, with a size standard of $19,000,000. All Interested Parties are invited to respond and must be currently registered in the SAM database (https://www.sam.gov).

    CARPET PROGRAM REQUIREMENTS

    Indefinite Delivery/Indefinite Quantity (IDIQ) contract and all resulting Task Orders (TOs). Work may include, but is not limited to, the removal, replacement, and installation of new and existing flooring systems of various types (e.g., carpet, tile, laminate, wood), along with associated accessories such as cove base, trim, and minor painting.  Work can also include potential move/lift furniture before or after flooring installation, and debris disposal.

    Task Orders may include varying quantities of supplies, services, and construction-related work associated with flooring replacement. Requirements will be issued based on specific building or office locations, defined quantities, and scope of work. Individual project magnitudes may range from approximately 200 to 20,000 square feet. Task Orders may consist of single or multiple project locations, depending on Government needs.

    Contractors shall comply with the mandatory Air Force Carpet II Program requirements.  Program information—including the Ordering Guide, Mandatory Use Policy Letter.  .(see attached Ordering Guide).  Additional details will be provided in any future solicitation.

    SCOPE OF WORK:  The scope of work will be determined with each task order which includes providing all necessary labor, and materials for flooring-related work as specified in the delivery order Statement of Work (SOW) and project drawings. The scope of work includes, but is not limited to, the removal of existing floor coverings, installation of new carpet and other floor coverings, application of interior protective coatings, filling of interior brick joints with paintable caulking, application of special markings or decals, and debris disposal.

    The contract also covers the provision and installation of accessories such as trim and moldings (thresholds/transition strips) to ensure smooth transitions to adjacent surfaces. This comprehensive agreement would ensure that all aspects of the flooring projects, from preparation to finishing touches, are completed in strict accordance with the technical provisions of the contract.

    CAPABILITIES STATEMENT REQUIREMENTS

    Interested contractors shall submit a capabilities statement (maximum 5 pages) demonstrating ability to perform the requirement.

    Interested contractors shall indicate their capability to:

    • Procure carpet materials from authorized Carpet II Tier I manufacturers
    • Provide installation services in accordance with Carpet II program requirements
    • Coordinate material procurement and installation under a task order environment

    Contractors without direct Carpet II experience may still respond but shall describe their ability to comply with mandatory-use requirements.

    Include company info, business size, relevant experience, capacity to manage task orders, and bonding (if applicable).

    SUBMISSION INSTRUCTIONS

    Submit responses to Contracting Officer at jeremy.rennahan.1@us.af.mil

    Subject Line: FA2823-26-R-0016 – Flooring Removal and Installation Services

    Acceptable formats: .pdf, .doc, .docx, .xls, .xlsx. Do not submit .zip or .exe files.

    PLANNING INFORMATION

    Anticipated contract includes one base year and four option years.

    RESPONSES ARE DUE NO LATER THAN 12:30 P.M. (CST) ON 15 April 2026.  Direct all questions concerning this requirement to Jeremy Rennahan at jeremy.rennahan.1@us.af.mil

    Key dates

    1. April 9, 2026Posted Date
    2. April 15, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FLOORING REMOVAL AND INSTALLATION SERVICES 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.