Closed Solicitation · DEPT OF DEFENSE

    OPEN-END FLOORING USAG-HI (8A)

    Sol. W912CN-26-B-A00X1Sources SoughtSet-aside: 8(a) Set-Aside (FAR 19.8)FORT SHAFTER, HI
    Closed
    STATUS
    Closed
    closed Mar 31, 2026
    POSTED
    Mar 17, 2026
    Publication date
    NAICS CODE
    238330
    Primary industry classification
    PSC CODE
    Z2AA
    Product & service classification

    AI Summary

    The U.S. Government is seeking responses from 8(a) firms for a potential IDIQ contract for flooring services at Schofield Barracks, Hawaii. This sources sought notice aims to gather information on capabilities and interest in competing for the project, which involves the replacement and repair of floor coverings in various Army installations. Interested firms should provide detailed information about their qualifications and experience.

    Contract details

    Solicitation No.
    W912CN-26-B-A00X1
    Notice Type
    Sources Sought
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    March 17, 2026
    Response Deadline
    March 31, 2026
    NAICS Code
    238330AI guide
    PSC / Class Code
    Z2AA
    Issuing Office
    0413 AQ HQ RCO-HI
    Primary Contact
    Renee Fletcher
    State
    HI
    ZIP Code
    96858-5025
    AI Product/Service
    service

    Description

    This is Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed- Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract at Schofield Barracks, Hawaii on a competitive 8(a) basis, provided 2 or more eligible and responsible 8(a) Business Development Program participants respond to this sources sought notice. We encourage all 8(a) Business Development Program participants 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 sources 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.The anticipated NAICS code(s) is/are: 238330, Flooring Contractors, with a size standard of $19M. The anticipated Product Service Code (PSC) is Z2AA Repair or Alteration of Office Buildings. If your company believes a different NAICS code would fit this requirement, suggestions can be sent to the Contract Specialist.A need is anticipated for the following project description: Furnish all labor, equipment, materials, and all incidental related services to perform Replacement of Repair of Floor Covering and Carpeting of Miscellaneous Buildings in accordance with the technical provisions prepared by the Directorate of Public Works, U.S. Army Garrison, at various Army Installations on the Island of Oahu, Hawaii. The scope of work covered by this contract does not cover floor covering and or carpet work, which might arise as part of the contract to repair or renovate a building or group of buildings. The work covered by this contract does not include projects awarded by The U.S. Army Engineering District, Honolulu, or the Medical Facilities under Tripler (TAMC), to be designated during the contract period. Requirements of the proposed contract will be completed in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits within the contract or as incorporated by reference. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement certifying the company is in the 8(a) program and in compliance for the corresponding NAICS code plus your current 8(a) status and expiration date.2. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company?s specific experience in construction and providing comparable services. Ensure the information is sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. 3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).4. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).5. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).6. Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round.7. Does your company have the ability to complete multiple projects simultaneously? Please explain.8. Information to help determine if the requirement is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.9. Identify how the Army can best structure these contract requirements to facilitate competition by and among 8(a) firms.10. Identify bonding capabilities.11. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.*Note: The Statement of Work is not finalized.

    Key dates

    1. March 17, 2026Posted Date
    2. March 31, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    OPEN-END FLOORING USAG-HI (8A) 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.