Opportunity

SAM #36C26126Q0544

VA Pacific Islands Healthcare System Flooring Materials Supply Contract

Buyer

VA Network Contracting Office 21

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

36C26126Q0544

NAICS

238330, 444190

The Department of Veterans Affairs is seeking vendors to supply commercial-grade and healthcare-grade flooring materials for the VA Pacific Islands Healthcare System. - Government Buyer: - Department of Veterans Affairs (VA) - Veterans Health Administration (VHA) - Network Contracting Office 21 (NCO 21) - OEMs and Brands Highlighted: - MetroFlor (Deja New San Marcos Oak Pumice Wash DN1445105) - Flexco (Wallflowers TS Rubber Base Cove) - Prevail (3500 Hard-set Adhesive) - Mannington (Resilient Sheet including BioSpec MD, Seam Coater, Rubber Flooring or Rubber Tile) - Mohawk (Carpet Tile) - Products Requested: - Luxury Vinyl Plank/Tile (MetroFlor DN1445105) - Cove Base (Flexco Wallflowers TS Rubber Base Cove) - Hard-set Adhesive (Prevail 3500) - Sheet Vinyl Flooring (Mannington BioSpec MD) - Seam Coater/Sealer (Mannington) - Carpet Tile (Mohawk) - Rubber Flooring or Rubber Tile (Mannington) - Epoxy Floor Coatings (generic) - Vinyl Composition Tile (VCT, generic) - Technical Requirements: - All products must meet specific ASTM standards for durability, safety, and performance - Certifications such as FloorScore, CRI Green Label Plus, and NSF/ANSI 332 required for certain items - No installation or labor services are included—materials only - Notable Requirements: - Vendors must be authorized distributors for the specified brands - Respondents must provide warranty terms, business size, socio-economic status, and GSA schedule information - Place of Performance: - Multiple VA facilities and clinics across Honolulu and other Hawaiian islands, including Ambulatory Care Clinic, Parking Structure, Community Living Center, E-Wing, VA Warehouse, and VA clinics in Kaneohe, Hilo, Kailua-Kona, Kahului, Lihue, and Kaunakakai

Description

Sources Sought Notice: Flooring Materials for VA Pacific Islands Healthcare System

The purpose of this Sources Sought is to conduct market research to identify companies capable of providing Flooring Materials for an Indefinite Delivery Indefinite Quantity (IDIQ) or Blanket Purchase Agreement (BPA) contract for the Department of Veterans Affairs, Veterans Health Administration (VHA) Network Contracting Office (NCO) 21, on behalf of VA Pacific Islands Healthcare System.

Important Notices The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information solicited. Although terms such as “proposal,” “offeror,” “contractor,” and “offeror” may be used in this Sources Sought Notice, any response will be treated as information only and shall not be used as a proposal. This Sources Sought is to conduct market research to support the procurement of Flooring Materials for an IDIQ contract for the VA Pacific Islands Healthcare System. This notice surveys the market to ascertain whether sources are capable of providing the requested flooring materials. Potential contractors/vendors may submit a non-binding statement of interest and documentation demonstrating their capability. The effort is intended to assess industry capabilities and support acquisition planning. The qualifying NAICS code is 238330 - Flooring Contractors with a Size Standard of $19M. This Sources Sought aims to gain knowledge of potential qualified sources and their size classifications (e.g., Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), HubZone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 339950. Responses will inform Government acquisition decisions. A solicitation announcement may follow. Responses here are not considered adequate responses to any solicitation announcement; all interested offerors must respond to the solicitation separately. Information received may be used in creating a solicitation. Proprietary or confidential information will not be distributed outside the Government except as required by law.

Background The purpose of this contract is to establish a source for the supply and delivery of commercial-grade/healthcare-grade flooring materials for facilities supported by the Veterans Affairs Pacific Islands Health Care System (VAPIHCS). This BPA covers materials only and does not include installation, removal, site preparation, or labor services.

The Contractor is required to provide listed flooring materials and any base materials necessary to replace existing flooring. The contractor must be an authorized distributor. Installation will not be required.

Line Items

Line Item 0001: Luxury Vinyl Plank (LVP)/Luxury Vinyl Tile (LVT) - MetroFlor Deja New San Marcos Oak Pumice Wash DN1445105 Commercial-grade strength and waterproof properties for high traffic areas. Standard ASTM F1700 specification with Class III, Type B classification. 9 x 60 in. Plank (228.6 x 1,524 mm) tile size. Wear layer thickness of 0.5mm (20 mil) and overall thickness of 2.5 mm (0.098 in.). Micro-Bevel Edge profile. ASTM E648 Critical Radiant Flux (Radiant Panel) Class I > 0.45 W/Sq. cm rating. ASTM F970 static load > 0.5 with static load of 0.005 in., 1,400 psi. ASTM D2047 Coefficient of Friction / Slip Resistance > 0.6 (Dry). ASTM D4060 Abrasion Resistance Average > 20,000 cycles. Passes ASTM tests for chemical resistance, residential indentation, and flexibility. Compliant with Heat (ASTM F1514) and Light (ASTM F1515) color stability by color change < 8. Finish design options including wood, abstract, and stone looks.

Line Item 0002: Cove Base - Flexco 6” Wallflowers TS Rubber Base Cove 4’ Gray 036 Base Meets ASTM F1861 – Resilient Wall Base Type TS, Group 1, Styles A & B. Meets ASTM E648 (NFPA 253) – Critical Radiant Flux Class I, ≥ 0.45 W/cm². Meets ASTM E84 – Flammability Class A. Meets ASTM F925 – Chemical Resistance Excellent. Meets ASTM F137 and ASTM F1515 – Flexibility Excellent / Light Stability ΔE ≤ 8. Achieved NSF/ANSI 332 Level 1 Certification.

Line Item 0003: Hard Set Adhesive - Prevail 3500 Hard-set Adhesive Solvent free, acrylic adhesive. Compatible with homogeneous and heterogeneous sheet flooring, LVT, LVP. Meets ASTM F2170: <80%, ASTM F1869: <6 lbs (moisture vapor emissions). 1 year unopened shelf life. Meets ASTM F710 pH between 7.0-10.0, per ASTM F2170 or ASTM F1869 test standards. Must be maintained at 65° to 85°F.

Line Item 0004: Sheet Vinyl Flooring (Healthcare grade) - Mannington Resilient Sheet including BioSpec MD Homogeneous and meets ASTM F1913 Sheet Vinyl Floor Covering without backing. Passes Static Load (ASTM F970). Passes ASTM F925 tests for chemical resistance, residential indentation, and flexibility. Meets ASTM E648 Flooring Radiant Panel < 0.007. Passes Resistance to Mold/Mildew (ASTM G21/E2180). Compatible with Mannington Commercial Weld Rods/MCS-42 Chemical Seam.

Line Item 0005: Sealer / Mannington Seam Coater for high traffic areas Passes Resistance to Heat (ASTM F1514) with < 8 Delta E Color Change. Passes Smoke Density (ASTM E662) Class 1; 2: 0.45 watts/cm². Meets Flexibility (ASTM F137) standards; passes 1 1/2' Mandrel - No Crack/Break. Compatible with all BioSpec Accessories 1500 series (weld rod, ideal base, wall base).

Line Item 0006: Carpet Tile (Commercial/Healthcare grade) - Mohawk Modular carpet tile format 24”x24” and 12”x36” (if applicable). Solution dyed nylon. High density tufted for dimensional stability. PVC free thermoplastic backing or equivalent. Meets ASTM E648 (class 1 or better) and ASTM E662 (smoke density). CRI Green Label Plus certification, low VOC emissions.

Line Item 0007: Rubber Flooring or Rubber Tile - Mannington Commercial thermoset vulcanized rubber flooring. Available sizes: 18”x18”, 24”x24”, or 4’x50’ sheet. Slip resistant surface suitable for high traffic commercial and healthcare spaces. Certified LOW VOC per LEED or FloorScore. Meets ASTM F1344, ASTM F1859. Meets ASTM E648 Critical Radiant Flux. Passes Smoke Density (ASTM E662). Meets ASTM D2047 SCOF.

Line Item 0008: Epoxy Floor Coatings Two-component, 100% solids epoxy coating for interior concrete floors. Minimum adhesion strength of 250 psi per ASTM D4541. Compressive strength ≥ 10,000 psi per ASTM D695. Abrasion resistance per ASTM D4060. Chemical resistance per ASTM D1308. Slip resistance meeting ANSI A326.3 where required. Compatible with concrete moisture testing per ASTM F1869 and ASTM F2170. Low VOC formulation compliant with applicable regulations. Available in standard colors with optional aggregate or flake system.

Line Item 0009: Vinyl Composition Tile (VCT) 12” × 12”, 1/8” thick vinyl composition tile conforming to ASTM F1066, Class 2. Commercial-grade homogeneous construction. Meets ASTM E648 Class I critical radiant flux requirements. Dimensional stability per ASTM F2199 and indentation resistance per ASTM F970. FloorScore certified for low VOC emissions. Glue-down installation with moisture testing per ASTM F1869 or ASTM F2170. Available in manufacturer’s standard commercial color selections.

Geographic Locations Bldg. 30, Ambulatory Care Clinic (ACC) - 459 Patterson Rd., Honolulu, HI 96819 Bldg. 32, Parking Structure (PRKG) - 459 Patterson Rd., Honolulu, HI 96819 Bldg. 110A, Community Living Center (CLC) - 110 Krukowski Rd., Honolulu, HI 96819 Bldg. T1, E-Wing (EW) - 1 Jarret White Rd., Honolulu, HI 96819 VA Warehouse - 3375 Koapaka St., Honolulu, HI 96819

VA Community Based Outpatient Clinics (CBOC) including: Windward VA Clinic - 46-001 Kamehameha Hwy Ste 301, Kaneohe, HI 96744 Hilo VA Clinic - 45 Mohouli St., Hilo, HI 96720 Kona VA Clinic - 73-5618 Maiau St. Ste 200, Kailua-Kona, HI 96740 Maui VA Clinic - 203 Ho’ohana Street, Kahului, HI 96732 Kauai VA Clinic - 4485 Pahe’e Street Ste 150, Lihue, HI 96766 Molokai VA Clinic - 604 Mauna Loa Hwy, Kaunakakai, HI 96748

Response Instructions Please indicate whether you hold a GSA Federal Supply Schedule contract that covers these services and, if so, provide the contract number.

Provide business size and socio-economic status information as follows: Company name, address, point of contact (POC) name, email address, and phone number. Indicate whether your business is large or small. If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Include the Unique Entity Identifier (UEI) number of your firm. State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at Veteran Small Business Certification (sba.gov). Note that any future solicitation could only be awarded to a contractor registered in SAM, and to receive awards based on VOSB or SDVOSB status, registration in the VetCert Registry is required. Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. Link to the respondent’s General Services Administration (GSA) schedule, or attach the file if applicable. Capabilities Statement. Place of manufacturing (including leased equipment locations). Authorized Distributorship letter issued from the manufacturer (if applicable). Citation of any current or past customers (within the past two years), including contract number, point of contact telephone number, or e-mail address. Other material relevant to establishing core competencies of the firm. Contractor shall include the terms and conditions of the warranty for all products listed in the attachment.

The response is due no later than 3:00 PM Pacific Standard Time on Monday, April 06, 2026. Please submit e-mail responses to Victoria Torres, Contract Specialist, at victoria.torres@va.gov. Please place “Sources Sought VAPIHCS Flooring Materials Contract Vehicle” in the subject line of the email.

Your response should include a Company POC, Capabilities Statement, GSA Schedule Information, UEI#, Business Size, and Socio-Economic Status information as explained above.

Additional Notes This notice is to assist the VA in determining sources only. Notes: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services, issue a solicitation, or notify respondents of the results. No solicitation documents exist at this time; however, if acquisition strategy demonstrates that GSA is a viable option, the RFQ shall be posted to GSA eBuy where only firms holding a GSA Schedule with the applicable SIN may respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any proprietary information should be marked accordingly. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice.

Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All proprietary information received will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in