Closed Solicitation · DEPT OF DEFENSE

    SOURCES SOUGHT: MINOT AFB - FLOORING IDIQ

    Sol. FA4528-26-N-JKB1Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)MINOT AFB, ND
    Closed
    STATUS
    Closed
    closed Jan 14, 2026
    POSTED
    Dec 19, 2025
    Publication date
    NAICS CODE
    238330
    Primary industry classification
    PSC CODE
    Z1QA
    Product & service classification

    AI Summary

    The 5th Contracting Squadron is seeking industry input for a potential Flooring IDIQ program at Minot AFB. This Sources Sought Notice aims to gather information from qualified businesses capable of performing flooring-related work, including installation and removal of floor coverings. Interested parties should prepare a Capability Statement and respond by January 7, 2026.

    Contract details

    Solicitation No.
    FA4528-26-N-JKB1
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 19, 2025
    Response Deadline
    January 14, 2026
    NAICS Code
    238330AI guide
    PSC / Class Code
    Z1QA
    Issuing Office
    FA4528 5 CONS
    Primary Contact
    TSgt Bland, Jared
    State
    ND
    ZIP Code
    58705
    AI Product/Service
    service

    Description

    The 5th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Flooring indefinite-delivery, indefinite-quantity (IDIQ) program at Minot Air Force Base, North Dakota. 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. Responses are completely voluntary and will not be considered as proposals or bids, 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.

    The Government is seeking qualified and experienced businesses capable of performing the work described in this notice. This information will assist in understanding current market dynamics and may inform decisions regarding socioeconomic set-asides. The proposed contract is a firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity (IDIQ), multiple award construction contract (MACC) for providing all necessary plant, 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.

    Please Refer to Attachment: SOW Flooring IDIQ MACC MAFB for further Information

    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).

    The information requested by this RFI will be used to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that contracts will be awarded for a term consisting of a one-year base period plus four, one-year option periods. Minot AFB’s average yearly construction budget is approximately $1,000,000. The overall MACC ceiling is still under consideration; however, it is roughly anticipated to be $5,000,000 over a 5-year period.

    If your firm is interested in submitting proposals for future requirements as described above, please prepare and transmit a Capability Statement to the Points of Contact listed below. If emailing your response, please note that some emails may be blocked due to increased firewall protections; therefore, follow-up via telephone if an acknowledgement is not received back via email by 4:00 PM CST on 7 January 2026.

    Email (Preferred Method): jared.bland@us.af.mil and daniel.martinez.37@us.af.mil

    Mail: Attn: TSgt Jared Bland & Daniel Martinez, C/O 5th Contracting Squadron, 165 Missile Ave., Minot AFB, ND 58704 

    Key dates

    1. December 19, 2025Posted Date
    2. January 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SOURCES SOUGHT: MINOT AFB - FLOORING IDIQ 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.