Active SLED Opportunity · CALIFORNIA · PUBLIC HOUSING

    Floor Covering Services

    Issued by Public Housing
    localRFPPublic HousingSol. 253893
    Open · 25d remaining
    DAYS TO CLOSE
    25
    due May 18, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    Public Housing
    local
    NAICS CODE
    238330
    AI-classified industry

    AI Summary

    SHRA seeks licensed flooring contractors to provide floor covering services for approximately 1,800 public housing units in Sacramento, CA. Multiple contracts will be awarded. Proposals are due by May 18, 2026, with a pre-proposal meeting on April 28, 2026. The solicitation emphasizes qualifications, technical approach, scheduling, and cost.

    Opportunity details

    Solicitation No.
    253893
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 16, 2026
    Due Date
    May 18, 2026
    NAICS Code
    238330AI guide
    Jurisdiction
    Public Housing
    Agency
    Public Housing

    Description

    The Sacramento Housing and Redevelopment Agency (Agency), on behalf of the Housing Authority of the City of Sacramento and the Housing Authority of the County of Sacramento(HA), is soliciting for C-15 Flooring and Floor Covering Contractors licensed by the State of California Contractors State License Board (CSLB) interested in providing Floor Covering Services for Agency properties. This solicitation is intended to provide these services for the Agency’s Public Housing programs; however the resulting service contracts may be used by any division/department within the Agency. It is the intent of the Agency to contract with multiple contractors (two to five) to provide these Floor Covering Services for locations throughout the City and County of Sacramento, California.

    The Agency owns approximately 1,800 housing units throughout the City and County of Sacramento, ranging in size from studio to five bedroom units.  There are nine (9) Communities that make up these 1800 housing units.  Those Communities will process requests for services through the issuance of a Task Order via e-mail.  The Agency cannot determine the actual number or frequency of Task Orders that may occur during the contract.

    Project Details

    • Reference ID: 2606-KP
    • Department: Public Housing
    • Department Head: Mark Hamilton (Director of Housing Authority)

    Important Dates

    • Questions Due: 2026-05-07T18:00:00.000Z
    • Answers Posted By: 2026-05-08T23:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-28T16:00:00.000Z — Register in advance for this meeting: https://shra-org.zoom.us/meeting/register/B2nzbA7uRAqRerbp8KT8fA

    Evaluation Criteria

    • Qualifications & Experience on Similar Projects (25 pts)

      • Company structure, history, areas of expertise
      • Quality of explanation of how proposer will meet all SOW requirements
      • Experience with daily bid/inspection workflows
      • Similar project experience (public housing, multi-site, floor covering, fixed deadlines)
      • Key personnel experience and suitability
      • Past performance record (on-time delivery, rework rates, claims/litigation history)
      • Responsiveness and credibility of references

       

      Excellent - (21-25); Good - (16-20); Adequate - 11-15; Weak - (6-10); Poor - (1-5); Non-Responsive - (0)

    • Technical Approach & Understanding of the Scope (20 pts)

      • Demonstrated understanding of daily inspection → bid → award → install → inspection → deficiency cure workflow
      • Approach to occupied-unit work (safety, resident coordination, containment)
      • Methods for achieving the 2-day (vacant) and 9-day (occupied) completion requirements
      • Warranty, callback, and deficiency remediation approach
      • Integration of Attachment C technical specifications

       

      Excellent - (17-20); Good - (13-16); Adequate - (9-12); Weak - (5-8); Poor - (1-4); Non-Responsive - (0)

    • Schedule Capacity & Resource Plan (30 pts)

      • Crew staffing levels, routing/dispatch capability, surge capacity
      • Workload management across City/County of Sacramento
      • Plan for meeting multiple concurrent assignments
      • Realistic mobilization and completion timelines

      • Monitoring of any installation-only subcontractors

       

      Excellent - (25-30); Good - (19-24); Adequate - (13-18); Weak - (7-12); Poor - (1-6); Non-Responsive - (0)

    • Cost/Fee Proposal (25 pts)

    Submission Requirements

    • Technical Proposal

      There shall be no cost/fee information submitted in the Technical Proposal.  Any cost/fee information submitted in Part I will be cause for disqualification.

    • Cover Letter (required)
      1. Please provide a cover letter introducing your company on company letterhead including: principal office address, address of office that will be providing the services, name, title, phone number, and email of proposal contact. This cover letter must be executed by an authorized signatory of the company.
      2. Provide a brief narrative of the company, including company size, years of operation, areas of expertise, relevant Contractors State License Board numbers, and or certifications and any other relevant information.
    • Qualifications and Experience on Similar Projects (required)
      1. Provide Company Structure and History.
      2. Provide a summary of the project to demonstrate a thorough understanding of the scope. Explain how will you will manage and guarantee all of the scope requirements set forth in this RFP.
      3. Provide a list of all key team members and brief resumes highlighting their previous experience on similar projects.
    • Scheduling & Resource Planning (required)

      Please discuss your plan to perform under this contract as it relates to...

      • Workload management:

      • Crew staffing levels, routing/dispatch capability, surge capacity
      • Plan for meeting multiple concurrent assignments
      • Realistic completion timelines

      • Monitoring of any installation-only subcontractors

    • Prime Contractors State License # (required)
    • Prime Contractor's DIR # (required)
    • List of Designated Sub-Contractors (required)

      Please download the below document, complete, and upload.

      The List of Subcontractors shall include any and all subcontractors to be used to satisfy this completion of this work. All subcontractors are subject to the same requirements described in the RFP.

      The "Subletting and Subcontracting Fair Practices Act" (Public Contract Code Section 4100-4113, inclusive), with regard to public works requires subcontractors, if used and whose portion of the work will be in excess of one-half of 1 percent of the prime contractor’s total bid, be listed in the prime contractor's bid or offer. The prime contractor may list only one subcontractor for each portion of the work.

      The undersigned bidder hereby gives assurance that if contract is awarded to bidder; all subcontractors listed above are licensed by the State of California to perform the proposed workrade. Bidder assures that no subcontractor shall be deleted or substituted for without the prior written approval of the SHRA Contracting Officer. Bidder further certifies, under penalty of perjury, that they and all subcontractors are registered with the California Department of Industrial Relations (DIR) pursuant to Labor Code 1771.1(a).

      If Not subcontracting, type "All work to be completed by bidder."

    • Cost/Fee Proposal
    • Cost/Fee Proposal (required)
      1. Cost/Fee Proposal. This document is required to be submitted or your proposal may be considered non-responsive.
        1. Pricing should include all labor, any materials not shown to be supplied by owner, taxes, insurance, supplies, tools, equipment, and incidentals necessary to perform the work in accordance with the Bid Documents. Your bid shall be based on all materials being supplied by the owner, except fasteners and any materials identified above in the Scope of Work. Any items inadvertently omitted from this RFP will be either purchased by owner or reimbursed to the Contractor through the Agency’s approved Change Order process.
      2. No pricing information shall be submitted with Part I above. This document must be uploaded as a separate file from Part I above and any additional required back up documentation.

      Please download the below documents, complete, and upload.  It is preferred that you re-upload as an Excel file as opposed to a PDF for clarity and ease.

    • CONTRACTOR'S QUALIFICATION STATEMENT

      The contractor submitting this proposal certifies, under oath, the truth and correctness of all statements and answers to questions made hereinafter.

      FOR PROJECT: 2606-KP - Floor Covering Services

    • What kind of construction does your firm specialize in? (required)
    • Business Information (required)

       

      1. If a corporation, complete the following:
        1. Date of Incorporation:
        2. State of Incorporation:
        3. President's Name:
        4. Vice President's Name:
        5. Secretary's Name:
        6. Treasurer's Name:
      2. If an individual or a partnership, complete the following:
        1. Date of Organization:
        2. Name and Addresses of all partners (state whether generalor limited partnership):
      3. If other than a corporation or partnership, describe organization and name principals:
    • Indicate any and all other licenses held by your firm (in addition to “B General”): (required)
    • Has your firm ever failed to complete any work it was contracted to perform? If so, note when, where and why. (required)
    • Indicate if your firm or any owners/officers have ever been debarred, suspended or otherwise excluded from receiving Federal, State or Public Agency contracts. If so, explain the date(s) and circumstances below: (required)
    • List any license suspensions, claims, litigation, or arbitration matters initiated by your firm or against your firm in the last five (5) years. (required)
    • Note that in determining whether a bidder is responsive and responsible, consideration shall be given to: (required)

       

      1. the experience, ability, capacity and skill of the bidder;
      2. the ability of the bidder to perform the contract within the time specified, and
      3. the quality of the bidder’s performance on previous contracts with SHRA.
    • SIMILAR PROJECT EXPERIENCE (required)

      Provide us with the following information for three similar past or current projects.

      1. Project address:
      2. Description of project (number of dwelling units, new or rehab, reason project was successful, etc.):
      3. Percent Complete:
      4. Completion date:
      5. Contract calendar days in contract for completion:
      6. Actual calendar days from NTP to project closeout:
      7. Amount of original bid:
      8. Amount of contract including all modifications & changes
      9. Contact person(owner or owner's representative):
      10. Telephone number of contact person:
      11. Architect name and phone number:

       

    • SECTION 3 REQUIREMENTS
    • DECLARATION OF UNDERSTANDING AND INTENT TO COMPLY WITH SECTION 3 REQUIREMENTS (required)
    • MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE (M/WBE) REQUIREMENT FOR PRIME CONTRACTOR
    • DECLARATION OF UNDERSTANDING AND INTENT TO COMPLY WITH MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE (M/WBE) REQUIREMENTS (required)

      Bidders/offerors are required to solicit quotes from M/WBE firms for any subcontracting opportunities for bids over $25,000. 

      Offerors for the 2606-KP and project (Floor Covering Services) hereby understand and agree that failure to provide proof of good faith outreach for M/WBE Subcontractors may result in your bid being deemed non-responsive and thrown out. 

    • SECTION 3 AND MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE (M/WBE) GOOD FAITH EFFORT OUTREACH (required)

      Upload a copy of all advertisements for M/WBE and Section 3 Subcontractors that were placed in a publication of general circulation (i.e. Craig's List, plan rooms, etc.).  For any trade that the prime is not self-performing the prime must place an ad seven days prior to bid due date requesting bids from M/WBE and Section 3 subcontractors.  

    • FOR PROFIT SUBGRANTEE AND CONTRACTOR CERTIFICATIONS AND ASSURANCES (required)

      The Department of Housing and Urban Development (HUD) requires that all for-profit Subgrantees and Contractors on Choice Neighborhoods projects sign this “Certifications and Assurances” form certifying that they will comply with the specific federal requirements described below. The parties who must sign a “Certifications and Assurances” form are defined below:

      • Subgrantees: These are for-profit organizations to which the Housing Authority (Housing Authority or Grantee) has awarded a grant from the Choice Neighborhoods grant that the Housing Authority received from HUD. The subgrantee is accountable to the Housing Authority for the use of the funds provided, but the Housing Authority is ultimately accountable to HUD.
      • Contractors: This includes any for-profit contractor, consultant, service provider, or supplier that the Housing Authority contracts with for goods or services on any Choice Neighborhoods project.

      Certification and Assurance: The subgrantee or contractor executing this certification hereby assures and certifies that it will comply with all of the applicable requirements of the following, as the same may be amended from time to time, including adding appropriate provisions to all contracts between Grantee and for-profit Subgrantees or Contractors:

      1. Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold)
      2. Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000)
      3. Compliance with Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees)
      4. Compliance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR part 3). (All contracts and subgrants for construction or repair)
      5. Compliance with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation)
      6. Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers)
      7. Notice of awarding agency requirements and regulations pertaining to reporting.
      8. Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract.
      9. Awarding agency requirements and regulations pertaining to copyrights and rights in data.
      10. Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions.
      11. Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed.
      12. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000).
      13. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871).

      The information contained in this certification is true and accurate, to the best of my knowledge.

      WARNING: Section 1001 of the Title 18 of the United States Code (Criminal Code and Criminal Procedure, 72 Stat.967) applies to this certification. 18 U.S.C. 1001, among other things, provides that whoever knowingly and willfully makes or uses a document or writing knowing the same to contain any false, fictitious or fraudulent statement or entry, in any matter within jurisdiction of any department or agency of the United States, shall be fined no more than $10,000 or imprisoned for not more than five years, or both.

    • Build America, Buy America Act (BABAA)

      Please complete the following questions regarding Buy America Preference (“BAP”) requirements in alignment with the Build America, Buy America Act (“BABAA”) codified at 41 United States Code (U.S.C.) § 8301 note and related requirements.

    • BABAA Acknowledgement (required)

      The Offeror acknowledges that this procurement may be funded, in whole or in part, with federal financial assistance provided by the United States Department of Housing and Urban Development (HUD), and that the selected Contractor and its subcontractors may be subject to the requirements of the BABAA, as applicable.

    • BABAA Compliance Determination, Material Certifications (required)

      The Offeror understands that BABAA compliance determinations and material-specific certifications, if required, will be addressed post-award and prior to the use of covered materials.

    • BABAA Compliance, Material Certification Submission Confirmation (required)

      The Offeror agrees that, if awarded the contract and if applicable, the Contractor will, upon request and in the form specified by the Sacramento Housing and Redevelopment Agency (SHRA), download, complete, and submit a BABAA Compliance Certification, together with any required supporting documentation, and will require the same from applicable subcontractors and suppliers.

    • BABAA Flow-Down Responsibility Acknowledgment (required)

      The Offeror acknowledges that the Contractor is responsible for ensuring that all applicable BABAA requirements are flowed down to and complied with by subcontractors and suppliers, at any tier, as required by contract.

    • Is this a Construction Project? (required)
    • Require Vendors to Complete the Contractor's Qualification Statement? (required)
    • Contract Period (required)

      Enter # of CALENDAR days using format below

    • Who is the Project Manager/Construction Tech for this Project? (required)
    • Wage determination (to be completed by Procurement)
    • Are there any Required Contractor's License Types? (required)
    • Prime Contractor's License Type (required)

      ex. Class "B" General Building Contractors

      ex. Class "A" General Engineering Contractors

    • Possible sub-contracting trades (required)
    • Are there specialty license's required for this project? (required)
    • Required specialty licenses (required)
    • Insurance Requirements (required)
    • Is there a project location? (required)
    • Address(es) (required)
    • Will this project have a site visit? (required)
    • Will there be more than one site visit? (required)
    • Is the Pre-Proposal Meeting Mandatory? (required)
    • Pricing (required)

      How do you want to receive pricing from Proposers?

    • Initial Contract Period (required)
    • Optional Renewals (required)
    • Funding Source (required)
    • Funding Source (required)
    • Funding Source (required)
    • Do you have multiple Org Keys? (required)
    • Enter 14-digit Org Key & Object Code
    • Enter 14-digit Org Key & Object Code
    • Enter 14-digit Org Key & Object Code
    • Enter 14-digit Org Key & Object Code (required)
    • Budget Amount (required)
    • Budget Resolution (required)
    • Budget Resolution Cont... (required)

      Enter the Reso Year & Reso #(e.g., 2022, Reso # 2022-12)

    • Is an Environmental Review required for this project? (required)

      Types of Environmental Reviews may include the following:

      • CEQA: Always required for actions undertaken by a public agency.

      • NEPA: Only required if the action involves federal funds or federal approvals.

      Examples of more specific project reviews can be found in the EAR instructions but are not all-encompassing. Please feel free to call or email the Environmental Coordinator for clarification before submitting an EAR regarding an Environmental Review.

       

    • If an Environmental Review is needed, has an EAR been submitted to Environmental? (required)

      For instructions on submitting an EAR please review this document: https://sachousing.app.box.com/file/1034574233527?s=h9ba37o220i7xevihardda7ucxtcs7dz

      All questions and requests related to environmental matters must be submitted through the EAR process. This includes initiating new Environmental Reviews for projects. When initiating a new Environmental Review, the Environmental Review Form (ERF) must be filled out and uploaded with the EAR. You can find the ERF form here: https://sachousing.box.com/s/svw3vo346ybdah1okdttzwrxdddjxtp9 Please review the EAR instructions prior to submission of your request. If you have any questions, please reach out to the Environmental Coordinator.

       

    • Are permits required for this project? (required)
    • Who will be responsible for obtaining the permit? (required)
    • Who are the selection committee members? (required)

      Please provide name and email for each member. 3 to 5 members needed.

    • BABAA Applicability (required)

      Based on the funding source and anticipated scope of work, does this solicitation involve infrastructure work (that is, construction, alteration, maintenance, or repair of buildings or real property, as defined in 2 Code of Federal Regulations (C.F.R.) § 184.4) funded, in whole or in part, with United States Department of Housing and Urban Development (HUD) federal financial assistance that may involve the use of covered materials, such as iron, steel, manufactured products, or construction materials, and therefore may be subject to the Build America, Buy America Act (BABAA)?

    Key dates

    1. April 16, 2026Published
    2. May 18, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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