Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Reference Number: FA309926Q1011 (Use this in all communications) Requirement: Repair Flooring Student Pilot Housing, Multiple Facilities, at Laughlin AFB, TX. NAICS Code: 238330 , Flooring Contractors Size Standard: $19 Million Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement. The responses to this notice will be used to determine the appropriate acquisition strategy, including whether a set-aside is possible for a specific socio-economic category (e.g., 8(a), HUBZone, SDVOSB, WOSB, or general Small Business). including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses. Submission: Submit a capabilities package (5-page limit) with the requested information. Deadline: April 22nd 2026 3:00PM CDT Submission Emails: Ian Monis, SSgt, USAF Contracting Officer ian_jenne_sai.monis@us.af.mil Brayden Garner, SrA, USAF Contracting Specialist brayden.garner@us.af.mil *Please submit capability packages via email to both points of contact. The 47th Contracting Squadron at Laughlin Air Force Base, Texas, is issuing this notice to identify sources capable of performing flooring repair services. This requirement is being considered for award under a small business set-aside program. The proposed North American Industry Classification System (NAICS) code is 238330 (Flooring Contractors), with a corresponding small business size standard of $19.0 Million. The Government anticipates a requirement to provide all labor, equipment, and materials for the repair of up to 41 student pilot housing units, approximately 1,100 sq. ft. each, through a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The scope of work will include, but is not limited to, the removal of existing wooden baseboards, preparation of the existing subfloor, and the complete installation of new luxury vinyl plank flooring, new vinyl wall base, transition strips, and thresholds. Market research is being conducted to determine the interest, capability, and socio-economic category of potential sources. All interested firms must submit a capabilities package that is brief, concise, and clearly demonstrates an ability to meet the stated requirements. Response must not exceed 5 pages and should include the following: 1. Company Information: · A brief description of your company's business size (i.e., annual revenues and employee size). · Business status (i.e., 8(a), HUBZone, SDVOSB, WOSB, VOSB, or Small Business). 2. Relevant Experience: · A description of similar services offered to the Government…
Classification
Place of Performance
Contracting Office
Contacts